Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 1 of 83
JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION
LETTER OF INVITATION (LOI)
FOR
SELECTION OF CONSULTANT
FOR PROVIDING
COMPREHENSIVE CONTRACT MANAGEMENT SERVICES
for
Implementation of EPC contract
for
Construction of 93MW New Ganderbal HEP
in
District Ganderbal
Jammu & Kashmir State
September 2012
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 2 of 83
JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.
Corporate Office: Hotel Shaw Inn, Boulevard, Nehru Park, Srinagar, J&K - 190001
Phone: 0194 – 2500071, Fax: 0194-2500145
Camp Office: Ashok Nagar, Satwari, Jammu, J&K - 180004.
Phone: 0191 – 2430548/2439039, Fax: 0191-2435403.
NIT No: JKSPDC/PMC/NGHEP/2012/20 of September 2012
Dated: 24.09.2012
INVITATION OF BIDS
The J&K State Power Development Corporation (Owner) intends to construct 93MW New
Ganderbal HEP (the Project) adopting EPC mode in District Ganderbal of J&K State for which
EPC Contract is being awarded separately soon.
To help steer the above cited EPC contract towards successful completion and commissioning as
per the timelines and specifications specified therein, the Owner intends to engage the services of
reputed Consultancy Companies/ Organizations/ firms/associations Registered under the relevant
laws, having substantial previous experience in similar works for providing a Comprehensive
Contract Management Services for the above the Project which shall include but not be limited
to:-
• Review of planning & strategy documents of EPC Contractor.
• Evolution of activity control charts/ reports and other management tools for the benefit of
the Owner and ensuring execution of works as per CPM/ Pert Charts.
• Review and consenting to drawings and designs produced by the EPC Contractor for
assisting the Owner in approving the detailed engineering carried out by the EPC
Contractor.
• Supervision of all works including manufacturing/ fabrication process, erection, testing,
commissioning of all works and equipments at all stages of works.
• Monitoring of progress of works.
• Quality Assurance in conformance with sound engineering practices, standards/
specifications and terms and conditions of the EPC Contract.
• Certification of measurements for works executed by the EPC Contractor.
• Certification of payments for the works executed by the EPC Contractor.
• Management of Contractor’s Claims.
• Evolving of reports and their submission to the Owner.
• Any other services as shall be deemed necessary during the progress of the work to
achieve the successful completion and commissioning of the project.
Accordingly, sealed bids are invited from bidders who comply and satisfy eligibility criteria
given in the detailed “Letter of Invitation” available in the office of The Managing Director,
JKSPDC, Hotel Shaw Inn, Boulevard, Srinagar - 190001 for providing the above stated services.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 3 of 83
The Tender Documents can be downloaded from JKSPDC’s website (www.jkspdc.nic.in) during
the period 28-09-2012 to 18-10-2012. The interested parties who have downloaded the
Documents from JKSPDC’s website shall submit a letter of confirmation to this effect to The
Managing Director JKSPDC, Hotel Shaw Inn, Boulevard, Srinagar-190001, India, Tel./ Fax No.
+91 194 2500071/2500145, E-mail: [email protected] by 18-10-2012 positively
along with a non refundable fee of INR 15,000/- (Indian Rupees Fifteen Thousand only) or 400
USD (Four hundred US Dollars) in case of foreign bidders per set in the form of crossed
Demand Draft in favour of "General Manager (Accounts), Srinagar", payable at Srinagar (J&K),
India towards the cost of Tender Documents. The cost of the tender document can also be
deposited in JKSPDC through RTGS Account No.0005010100007103 maintained with The J&K
Bank Limited, Branch Residency Road, Srinagar having IFSC Code: JAKA0CHINAR and
MICR Code: 190051065 under intimation to JKSPDC by 18-10-2012 through above Email ID
giving reference of the UTR No under which the transaction was made.
The interested parties may also obtain the Tender Documents personally or by writing to The
Managing Director JKSPDC, Hotel Shaw Inn, Boulevard, Srinagar-190001, India. The request
duly accompanied by a non-refundable fee per set of INR 15,000/- (Indian Rupees Fifteen
Thousand only) or 400 USD (four hundred US Dollars) in case of foreign bidders must clearly
state “Request for Tender Documents for Comprehensive Contract Management Services for
implementation of EPC contract for Construction of 93 MW New Ganderbal HEP”. The non-
refundable fee shall be paid in the form of crossed Demand Draft in favour of “General Manager
(Accounts), Srinagar", payable at Srinagar (J&K), India. The bidders may collect the documents
in person or through authorised agent on all working days w.e.f. 28-09-2012 to 18-10-2012
between 1000 Hrs. to 1600 Hrs.
In case the documents are requested by the bidder to be sent by postal / courier services, the
bidder shall have to pay an additional amount of INR. 300 per bid as postal/ courier charges.
JKSPDC shall not, however be responsible for any damage to or loss of documents during transit
or delayed delivery.
Queries, if any, on the tender document will be entertained from only those prospective bidders
who have purchased the tender document. Last date for receipt of queries shall be shall be 31-10-
2012
The bids shall have to be delivered/ submitted in the office of Managing Director J&K State
Power Development Corporation, Camp Office Ashok Nagar Satwari Jammu, J&K - 180004 on
or before 30th
of November 2012 upto 1400 Hours and shall be opened on same day at 1500
Hours or any other day and time convenient to the Owner in the presence of bidders or their
authorized representatives, who may wish to be present.
Any corrigendum/modification to NIT shall be available on website only and the bidders are
advised to visit the site regularly before deadline for submission of bid. However, attempt shall
be made to send by email the corrigendum/modification to prospective bidders who have
purchased/downloaded (only to those bidders who have intimated JKSPDC) the NIT.
The applicants are requested to intimate the email ID (in gamil, hotmail or yahoo domains
only) and other contact particulars, with their request for at the time of purchase or intimating
JKSPDC regarding downloading the NIT from JKSPDC website.
Bids received late, on any account, after the due date and time as specified herein above shall not
be accepted.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 4 of 83
The bids, received within time, only shall be opened.
The Owner reserves the right to cancel/ withdraw the bid without assigning any reason.
SCHEDULE: The following shall be the schedule of various events:-
S. No. Event Date & Time Venue
1. Sale of Tender
Documents
28-09-2012 to 18-10-
2012. (During working
hours)
Corporate Office, Srinagar.
2.
Requests for
Clarifications on
Tender Documents
Upto 31-10-2012.
To be received by hand,
email, fax or through post at
Corporate Office, Srinagar.
3. Reply to the
clarifications 11.11.2012 Through email
4. Last date for receipt
of Tenders
30th
of November 2012
upto 1400 Hours
Camp Office, Jammu.
(Ashok Nagar, Satwari,
Jammu – 180004. J&K.
India)
5. Opening of tenders
Date & Time to be
communicated
separately
1. Part I: Techno-
Commercial bid will be
opened on 30th
of
November 2012 at 1500
Hours at JKSPDC Camp
Office, Satrwari Jammu.
2. The date of opening of Part
II Price Bid shall be
intimated separately.
Bidders are advised, in their own interest, to regularly follow the JKSPDC website for updates.
Sd/-
Executive Director (Civil)
For & on behalf of JKSPDC
No:- JKSPDC/Tech/P-6 /5806-19 Dated:- 24 -09 -2012
Copy to:-
1. Principal Secretary to Govt., Power Development Department, Civil Secretariat, Srinagar.
2. Managing Director JKSPDC, Srinagar.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 5 of 83
3. Director Finance JKSPDC, Srinagar.
4. Chief Engineer CI&D, Kashmir.
5. Chief Engineer Generation, Kashmir.
6. Director Information, Jammu /Srinagar.
7. Company Secretary, JKSPDC, Srinagar with instructions to put the NIT on website of
Corporation.
8. Controller of Publication, India Trade General, Counsel House Street, Kolkatta.
9. Press Information Bureau, JK House, Chanakya Puri Marg, New Delhi.
10. Central Electricity Authority, Sewa Bhawan, R.K. Puram, New Delhi.
11. Ranbir Government Press, Jammu.
12. Government Press, Srinagar.
13. Joint Director Information, Srinagar with the request to get this notice published in two
leading national newspapers published at Delhi and two leading local dailies J&K State.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 6 of 83
JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.
Corporate Office: Hotel Shaw Inn, Boulevard, Nehru Park, Srinagar, J&K - 190001
Phone: 0194 – 2500071, Fax: 0194 2500145
Camp Office: Ashok Nagar, Satwari, Jammu, J&K - 180004.
Phone: 0191 – 2430548/2439039 Fax: 0191-2435403.
E-mail: [email protected]; website: www.jkspdc.nic.in
LETTER OF INVITATION
SUBJECT: Selection of Consultant for providing of a Comprehensive Contract
Management Services for Implementation of the EPC Contract for
Construction of 93MW New Ganderbal HEP, in District Ganderbal, J&K State
The J&K State Power Development Corporation (Owner) intends to construct the 93MW New
Ganderbal HEP (the Project) adopting EPC mode in Ganderbal of J&K State for which EPC
Contract is being awarded soon.
To help steer the above cited EPC Contract towards successful completion and commissioning as
per the timelines and specifications specified therein, Owner intends to engage the services of
reputed Consultancy Companies/ Organizations/ firm/ association Registered under the relevant
laws, having substantial previous experience in similar works for providing a Comprehensive
Contract Management Services for the scope of services contained in Annexure – II of this
document.
For carrying out the above cited assignment, Bidders would be required to provide the services
of managers, design experts and supervision personnel, in respect whom the nomenclature, the
academic qualification, general experience and the specific experience is specified in Clause 3.3
of this document.
• The Man Power indicated therein, in the opinion of the Owner is the minimum
requirement at various levels to carry out the assignment being offered herein and shall
necessarily be provided for by the prospective bidders. This man power read with tentative
requirement of other site supervision and support staff given in Annexure II and the cost
quoted for the same shall be used for working out the reasonability of the financial
proposal.
• The prospective Contract Management Consultant shall also be required to put in place
adequate site and office support staff which may comprise of experienced Graduate
Engineers in relevant field of engineering with minimum relevant experience of 01 years,
office Assistants, Draftsmen, Accountants and other nontechnical support staff to
efficiently discharge the responsibilities cast on them under the contract. (Refer Annexure
II).
• The prospective Contract Management Consultant, on award of contract, shall however be
free to induct additional man power at any or all levels, over and above the minimum cited
above, if in its opinion, the same shall help in better execution and expeditious completion
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 7 of 83
of assignment. The financial implication for the same, however, shall have to be absorbed
in the awarded price.
ELIGIBILITY CRITERIA
The intending bidders would be required to meet and comply with following eligibility criteria.
A. ESSENTIAL TO MEET
1. The bidder should be an established well known reputed Design & Supervision
Consultancy Companies/ Organizations/firm/association, registered under the
relevant laws for providing Contract Management Consultancy Services in the field
of hydro-electric projects.
2. The bidders should have previous experience of providing Comprehensive Contract
Management Consultancy Services comprised of services indicated above.
3. The bidders should have specific previous experience of having successfully
provided the Contract Management Consultancy Services during last seven (7) years
as per scope of services described herein after, for the implementation of at least:-
a. one hydro power project having installed power generating capacity not less than
75MW ; OR
b. two hydro power projects having installed power generating capacity not less
than 50MW each ; OR
c. three hydro power projects having installed power generating capacity not less
than 40MW each.
4. Average annual financial turn over during the last three years ending 31st March
2012 should not be less than Rs. 2.00 crore.
5. Bidders, to support their credentials in respect of specific previous experience, must
submit along with applications, Performance Certificates/ Completion Certificates
testifying successful completion and commissioning of hydro electric projects
having installed capacity as specified in clause 3 above.
6. Bidders are also required to submit performance certificates in respect of their
current/ ongoing assignments.
7. The bidder must furnish of its full Arbitration & Litigation history with all
supporting documents. The intending bidders who has been blacklisted/ debarred
from practicing as Consultant by Government of India or any Department/
Undertaking thereof, any State Government or any Department/ Undertaking thereof
or any national/ international multilateral infra structure financing/ funding
institutions like ADB, WORLD BANK etc is not eligible to participate in the
bidding in case the debarment is in force and effective on the date of submission of
the bid. In case the bidder has been debarred after the bid submission date and if the
debarment in force and effective on the date of award of the contract, the bidder
shall be deemed to be disqualified for award of the contract.
8. Intending bidders would be required to produce certified copies of the audited
accounts/statements for the last 3 years and other documentary evidence in support
of their submissions in response to requirements listed at serial no 1-5 as above and
self declaration in respect requirement listed at S. No. 7.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 8 of 83
Bidders failing to meet the essential criteria would be considered non-responsive and their bids
would stand rejected at the technical evaluation stage.
B. DESIREABLE
9. The bidder companies besides having substantial experience in providing Contract
Management Consultancy Services should preferably have their own dedicated
design cell/ wing.
Proposals to provide the above stated services (referred to as “proposal” herein after) should be
submitted in the manner stated herein after:
Section-I
INSTRUCTIONS/ INFORMATION TO BIDDERS:
1.0 Bidders are required to furnish all information and documents as called for in this Letter of
Invitation document in English. Any printed literature furnished by the bidder in a
language other than English, should be accompanied with an English translation, in which
case, for the purpose of interpretation of the document, the English translation shall
prevail.
1.1 Proposal should be typed or filled in ink.
1.2 All additions, alterations and over-writings in the proposal or accompanying documents
must be clearly initialed by the authorized signatory.
1.3 Bidder has to be a single entity. Joint Ventures/consortia are not allowed to bid. The
proposal document is not transferable.
1.4 The proposal document shall be submitted in the following manner:
1.4.1 The bid shall be accompanied with earnest money amounting to Rs. 4, 00,000/-
(Rupees four Lac only). This amount should be in the form of a crossed Demand
Draft in favour of General Manager (Accounts) JKSPDC, Srinagar, payable at
Srinagar, and placed in a separate sealed envelope marked as ‘BID EARNEST
MONEY’ FOR CONTRACT MANAGEMENT CONSULTANCY SERVICES
FOR 93MW New Ganderbal HEP on the top of the envelope. Any bid not
accompanied by acceptable bid security shall be rejected as non-responsive.
1.4.2 The bid price should be quoted as explained hereinafter as per format F-7, F-8,
Annexure V and should be placed in a separate sealed envelope clearly marked
as ‘PRICE BID’ FOR CONTRACT MANAGEMENT CONSULTANCY
SERVICES FOR 93MW New Ganderbal HEP on the top of the envelope.
1.4.3 All the other documents explained hereinafter, shall be furnished in three sets and
placed in a separate sealed envelope and marked as ‘TECHNICAL BID
DOCUMENTS’ FOR CONSULTANCY SERVICES FOR CONTRACT
MANAGEMENT CONSULTANCY SERVICES FOR 93MW New Ganderbal
HEP on the top of the envelope.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 9 of 83
1.4.4 The bidder shall bear all costs associated with the preparation and submission of
its bid, and the JKSPDC will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the biding process.
1.4.5 All the above three sealed envelopes should be put inside one single cover, sealed
and clearly super-scribed on top of the cover with the words ‘BID FOR
CONTRACT MANAGEMENT CONSULTANCY SERVICES FOR 93MW New
Ganderbal HEP. Name and address of the bidder should also be clearly written on
the packet.
1.5 Proposal document shall be submitted at the following address on or before 30th
November 2012, 1400 Hrs:
Managing Director,
J&K State Power Development Corporation Limited,
Camp Office Ashok Nagar Satwari Jammu, J&K - 180004 (India)
However, it may be noted that the Managing Director JKSPDC may, at his discretion, extend the
due date and time for submission of the proposals which shall be duly notified in both print and
electronic media.
1.6 Any proposal received after the deadline for submission of bids shall be returned un-
opened.
1.7 JKSPDC also takes no responsibility for delay, loss or non receipt of documents sent by
post / courier / or other means.
1.8 All proposals (in the sealed cover/ envelope referred at 1.4.5 above super scribed as ‘BID
FOR CONTRACT MANAGEMENT CONSULTANCY SERVICES FOR 93MW New
Ganderbal HEP submitted by the bidders by the due date and time at address mentioned
hereinabove shall be opened followed by opening of the sealed envelopes (referred at
1.4.1 above) marked as ‘BID EARNEST MONEY’ FOR CONTRACT MANAGEMENT
CONSULTANCY SERVICES FOR 93MW New Ganderbal HEP on 30th
November
2012 or any other date to be intimated to bidders in the same office in the presence of such
bidders or their authorized representative who would like to attend the Bid Opening.
1.9 Envelopes containing ‘TECHNICAL BID DOCUMENTS FOR CONTRACT
MANAGEMENT CONSULTANCY SERVICES FOR 93MW New Ganderbal HEP (refer
1.4.3) of only those bidders, who are found to have submitted the BID EARNEST
MONEY in the form and in accordance with the requirements laid herein, shall be taken
up for opening.
1.10 Bids not accompanied by BID EARNEST MONEY shall be rejected at very outset.
1.11 Earnest Money Deposit will be refunded to the successful Bidders, after signing of the
Contract Agreement and furnishing of requisite Contract Performance Guarantee by the
successful Bidder.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 10 of 83
1.12 Earnest Money Deposit of all unsuccessful Bidders shall be returned within thirty (30)
days of award/ signing of contract agreement with the successful bidder
1.13 Price bids, submitted in sealed cover and super scribed as ‘PRICE BID’ of only those
bidders whose score is equal to or more than specified by the Owner hereinafter shall be
opened on a suitable date which shall be separately communicated to each of the
technically responsive bidders in the same office in the presence of such technically
responsive bidders or their authorized representative who would like to attend the Price
Bid Opening.
1.14 The bidder may properly check the proposal before submission to ensure that all
information / documents required are included.
1.15 At any time prior to opening of proposals, Owner either at their own initiative or in
response to clarifications requested by a prospective bidder/s may modify the bid
document by issuing an amendment. In addition, such amendment(s) shall be sent by fax /
mail to the bidders who have already submitted their bids. Such amendments shall become
part of bid documents.
1.16 The proposals submitted must indicate that the proposal is FIRM and that the proposal
shall REMAIN VALID FOR A PERIOD OF NOT LESS THAN 180 DAYS from the last
date of receipt of proposal as per NIT.
1.17 The Owner shall examine the proposal to determine whether the proposals are
substantially responsive to the requirements of the bid document. Proposals shall be
considered non responsive and liable for rejection for the following reasons:
1.17.1 Proposal is not received by the due date and time.
1.17.2 Proposal is not accompanied with Bid Earnest Money.
1.17.3 Proposal is not accompanied with the required documents.
1.17.4 Proposal is not FIRM.
1.17.5 Proposal is not valid for the prescribed minimum period.
1.18 The Owner shall take up evaluation of only responsive bids. Negotiations may be initiated
with one or more bidders at the discretion of Owner.
1.19 The Owner reserves the right to reject any proposal, if at any point of time, it becomes
known or is discovered that a material misrepresentation has been made by a bidder in the
process related to submission of the bid.
1.20 In the event of any bidder not responding to further clarifications as required for the
finalization of the bid, the Owner reserves the right to forfeit the bid earnest money
furnished by such bidder and reject the bid.
1.21 Any deviation to any clause of bid document must be properly spelt out in exceptions and
deviations statement to be submitted along with the bid, giving details of page number and
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 11 of 83
clause number and detailing the deviation. The Owner reserves the right to accept or reject
any deviation or modify the relevant clause of the bid document to the extent necessary.
Exceptions and deviations statement in the prescribed format as per Annex-VIII, must be
attached with the proposal.
1.22 After opening of proposal and till final selection of successful bidder, no correspondence
of any type, unless called for and initiated by the Owner, shall be entertained.
1.23 Bidder or authorized representative of the bidder must sign each page of the proposal.
1.24 Bidders are informed that the Owner is neither under any obligation to select any bidder,
nor to give any reason for selecting or not selecting any bidder; the Owner is also under no
obligation to proceed with the work or part thereof.
1.25 Successful Bidders shall have to enter into contract with the Owner, as per agreement
format supplied herein as a part of the bid document as Annexure–IX, within 10 days
from the issuance of letter intimating acceptance of the proposal and the Intent to Award
the consultancy contract.
1.26 Successful bidder shall be required to provide Contract Performance Guarantee in the
form of a bank guarantee of amount not less than 5% (five per cent) of the total value of
the proposed consultancy contract and valid for the tenure of the contract plus twenty
eight days in the prescribed format( Refer Annexure –X).
1.27 Submission of Contract Performance Guarantee for an amount, validity period and form,
shall be pre-requisite for signing of the Contract Agreement.
1.28 In the event of failure of successful bidder to execute the Contract Agreement within 10
DAYS from the date of issuance of letter of intent/ letter of award of contract, full Earnest
Money Deposit shall stand forfeited and the Owner may place order on next competitive
bidder at the risk and cost of the successful bidder without prejudice to taking any other
action, deemed fit by the Owner, against the successful bidders.
1.29 The date of start shall necessarily coincide with the date of start of the Turnkey Contract
for the construction of the HEP (93MW New Ganderbal HEP).
Date of start for providing of Contract Management Consultancy Services shall be as
specified in the Consultancy Contract Agreement or Notice to Proceed to be issued by the
Owner, whichever is earlier.
1.30 Time of completion shall be as per ANNEXURE III.
1.31 TERMS OF PAYMENT Schedule of payments shall be as per ANNEXURE VI.
SECTION-II
2.0 Information to be furnished by the Bidders
2.1 Team Leader and Members
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 12 of 83
The experience and qualifications of the team managers, design experts and the team
members proposed to be assigned for the task should be indicated in Form no-4 (Refer
ANNEXURE-IV).
2.2 BASIS OF PRICE OFFER:
The Price Offer shall be for the assignment as per the Scope of the Services (REFER
ANNEXURE II) and shall remain FIRM throughout the period of contract.
The bidder must quote consultancy charges in two parts but in one quote (REFER
Form 6-8, ANNEXURE V).
Part 1 would indicate the sum total of the remunerations the Contract Management
Consultant proposes to pay to the nominated team of experts/ engineers and other
support staff it proposes to deploy for the assignment as per the Consultant’s Schedule
of Personnel.
Part 2, under the head ‘Provisional Sum’ shall cover all other ‘out of pocket expenses’
including boarding and lodging, travel, transportation at site, insurance of his
personnel, office expenses, telephone, internet, including hardware and software etc.
which the CONTRACT MANAGEMENT CONSULTANT estimates to incur for
providing the services in conformance with the terms of reference of the CONTRACT
MANAGEMENT CONSULTANCY CONTRACT.
The Owner reserves the right to ask the bidder to justify and establish the
reasonableness of quoted price/rates.
The Owner will not be required to pay and/or reimburse anything over and above the
contract prices.
3.0 BID EVALUATION
3.1 A two stage procedure will be adopted in evaluating the proposal with the Technical
Evaluation being completed prior to any Financial Proposal being opened.
3.2 The Technical proposal would be evaluated based on the following parameters:
Part A: Relevant past experience, general and specific, in the field of CONTRACT
MANAGEMENT CONSULTANCY which must have included contract
management and supervision of Civil, Mechanical, Hydro Mechanical, Electrical
and Electromechanical Works of River Valley/ Hydro electric Projects as
essential components (1400 Marks)
Part B: Qualification and Competence of key personnel proposed to be deployed by the
Consultant for the present assignment (1550 marks).
Weightage assigned to each of the above criteria and evaluation methodology is
enumerated as follows:-
3.3 Technical Evaluation Criteria:
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 13 of 83
Part A: Past experience
The Technical Proposal will be evaluated using the following criteria:
Clause Description of Criteria Qualification Max. Points
3.3.1 Previous Experience in the Profession/ Business of Providing Consultancy
Services
The time duration for which the
Bidder
company/organization/firm/associatio
n, registered under the relevant laws,
have been in the profession/ business
of providing consultancy in the field
of hydroelectric energy would be
taken as an indicator of their being
active in the business as well as
resourcefulness of the bidders.
≥ 5 years 400
3.3.2 Previous Experience of Providing Comprehensive Contract Management
Consultancy Service
Previous experience of providing
comprehensive Contract Management
Consultancy services including
supervision consultancy for
implementing power projects having
minimum generating capacity of 40
MW or more.
Additional weightage for hydro power
projects with aggregate capacity of
160 MW or above
Not less than
40MW.
Aggregate
capacity not less
160MW
200
50
(Bidders with lesser
experience would be
scaled accordingly)
3.3.3 Design Capability of the Bidder
Bidder having
their own
dedicated design
cell.
250
3.3.4 Performance Certificates
Furnishing of Performance
Certificates testifying successful
400
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 14 of 83
completion and commissioning in last
seven (7) years of at least one hydro
electric project having installed
capacity of 7 MW (OR MORE) for
which the comprehensive contract
management including supervision
consultancy stood provided by the
bidder.
Additional weightage for hydro power
projects with aggregate capacity of
225MW or above.
Bidder with
experience of
aggregate capacity
of 225 MW or
above.
100
(Bidders with lesser
experience would be
scaled accordingly)
Total 1400
Part B: Composition of the Team:
Team:
Composition of the team fielded by the BIDDER in terms of management core group,
design review experts and supervision personnel, their qualifications, experience and their
being borne on regular roll of the bidder company for a period more than 24 months shall
entitle the bidder to a maximum score of 1400 points.
The actual score for the team including the Team Leader would be calculated by using
following weight age points:
S. No Position in
team
prescribed qualification Distribution of
weightage point
Weight
-age
points.
TEAM LEADERS
1
Team
leader
Graduate in Civil Engineering with
minimum 20 year’s experience, out of
which minimum 10 years should be in
hydro- power sector and River Valley
projects.
Additional points for Postgraduate
degree in relevant field.
Qualification
General exp
Hydro exp.
50
25
25
20
DESIGN REVIEW TEAM
2 Chief
Design
Graduate in Civil Engineering with
minimum experience of 15 years out of
Qualification 50
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 15 of 83
Engineer which minimum 10 years must be in
design of civil components of hydro-
power projects and River Valley
projects.
Additional points for Postgraduate
degree in relevant field.
General exp.
Hydro exp
25
25
20
3 Mechanical
Engineer/
Hydraulic
Steel
Structure
Engineer
Graduate in Mechanical Engineering
with minimum experience of 15 years
out of which minimum 10 years must be
in design of hydro-mechanical
components/ hydraulic steel structure of
hydro power project and River Valley
projects.
Additional points for Postgraduate
degree in relevant field.
Qualification
General exp.
Hydro exp
50
25
25
20
4 Electrical
Engineer
Graduate in Electrical Engineering with
minimum experience of 15 years out of
which minimum 10 years must be in
electro- mechanical woks power
projects .
Additional points for Postgraduate
degree in relevant field.
Qualification
General exp.
Hydro exp
50
25
25
20
5 Geotechnic
al/Tunnelin
g Engineer
Post graduate in Geotechnical Engineer
with minimum experience of 15 years
out of which minimum 10 years must be
in hydro power projects
Additional points for experience in
tunneling for a total minimum tunnel
length of 5Km.
(Bidders with
lesser experience
would be scaled
accordingly)
50
25
25
20
SITE SUPERVISION TEAM
6 Senior Civil
(Engineer
Graduate in Civil Engineering with
minimum experience of 15 years out of
which minimum 10 years must be as
Civil Engineer in hydro-power projects
and River Valley projects.
Additional points for Postgraduate
degree in relevant field.
Qualification
General exp.
Hydro exp
50
25
25
20
7 Geologist Graduate in relevant field with
minimum experience of 15 years, out of
which minimum 10 years must be as
Geo-technical Engineer in hydro- power
Qualification
General exp.
50
25
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 16 of 83
projects and River Valley projects.
Additional points for experience in
tunneling for a total minimum tunnel
length of 5Km.
Hydro exp
(Bidders with
lesser experience
would be scaled
accordingly)
25
20
8 Mechanical
Hydraulic
Steel
Structure
Engineer
Graduate in relevant filed of
Engineering with experience of 15 years
out of which minimum 5 years must be
in power project and River Valley
projects.
Additional points for Postgraduate
degree in relevant field.
Qualification
General exp.
Hydro exp
50
25
25
20
9 Electrical &
Control
Engineer
Graduate in relevant field of
Engineering with minimum experience
of 15 years, out of which minimum 10
years must be in power projects.
Additional points for Postgraduate
degree in relevant field.
Qualification
General exp.
Hydro exp
50
25
25
20
Total 1080
Besides above weight-age points, each member of the team fielded by the bidder would
earn maximum 30 additional weight-age points for being on regular roll of the bidder for
last 24 months or more. Weight age points for periods less than 24 months would be
determined on pro rata basis.
TEAM LEADER:
In addition to above, the Team Leader for the present assignment would receive additional
200 points each if he has the comprehensive experience of having been responsible for the
implementation of a hydro electric project having installed capacity of 10 MW (or more)
from the award of contract/ beginning of the construction work to the stage of successful
commissioning of the hydro electric project.
The Infrastructure Projects mentioned above include Expressways, Highways, Buildings,
Bridges, Tunnels, etc.
River Valley Projects mentioned above include Irrigations projects, Flood Control
projects, Navigation projects, etc.
3.4 QUALIFYING TECHNICAL SCORE
The minimum qualifying technical score, for being eligible for consideration in the next
stage of evaluation, against the maximum score of 2950 shall be 1770 points (60%).
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 17 of 83
3.5 Price bid of only those bidders shall be opened whose score in each of the groups A and B
is at least 60% i.e. 840 and 930 respectively.
3.6 BID VALIDITY:
BIDDERS are requested to keep their Bid valid for a period of ONE HUNDRED and
EIGHTY (180) DAYS from the date of receipt of the bid, during which period they are
expected to retain the personnel proposed for the assignment and maintain the offered
price as the firm price for the assignment.
SECTION-IV
4.0 SCOPE OF WORK
The scope of the work shall be as contained in ANNEXURE – II of this document.
SECTION-V
5.0 RESPONSIBILITIES OF THE CONSULTANT
The successful Bidder, in its functioning as Engineer-in-Charge, will administer the
contractual responsibilities and obligations of the Owner under the EPC Contract, being
awarded for the construction of the Project, on EPC basis in Conformance with the scope
of services specified herein above to ensure that the construction work on the Project is
carried out as per the terms, conditions and technical specifications specified/ agreed with
the EPC Contractor being entered into with the EPC Contractor.
6.0 DETAILS OF DOCUMENTS TO ACCOMPANY THE BID
The following documents duly filled and signed by the bidders shall be treated as part of
the bid document:
Annexure I: LoI data
Annexure II: Scope of services
Annexure III: Time of Completion
Annexure IV: Formats for submission of technical bids (form 1-5)
Annexure V: Format for submission of financial bid (form 6-8)
Annexure VI: Schedule of Payments
Annexure VII: Check list
Annexure VIII: Proforma for exceptions and deviations
Annexure IX: Proposed contract with appendices
Annexure X: Proforma for Performance Guarantee.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 18 of 83
ANNEXURE - I
LETTER OF INVITATION
Bid Data Sheet
S.No. Item Description
1.1 Name of
Assignment
Selection of Consultant for providing of a COMPREHENSIVE
CONTRACT MANAGEMENT SERVICES for
IMPLEMETNTAION OF EPC CONTRACT, for construction of
93MW NEW GANDERBAL HEP, in DISTRICT
GANDERBAL, J&K STATE
1.2
Name of Owner
J&K State Power Development Corporation Ltd., Registered
Office: Hotel Shaw Inn, Boulevard, Srinagar-190001, Jammu &
Kashmir State
TEL:-0194-2500071 FAX:0194-2500145
Camp office: J&K State Power Development Corporation Ltd.
Ashok Nagar Satwari, Jammu-180003 Jammu & Kashmir State
Tel: 0191-2430548; FAX 0191-2435408.
1.3 Description and
objective of
assignment
The J&K State Power Development Corporation (Owner) intends
to construct 93MW New Gangerbal HEP adopting EPC Mode in
District Ganderbal of J&K State for which EPC Contract being
awarded soon.
To help steer the above cited EPC Contract towards successful
completion and commissioning as per the timelines specified
therein, the Owner intends to engage the services of reputed
Consultancy Companies/ Organizations/firm/association
Registered under the relevant laws, having substantial previous
experience in similar works for providing the Comprehensive
Contract Management Services as per the scope of work given in
this document.
1.4
Inputs to be
provided by the
Owner:
Soft copy of detailed NIT
1.5 The documents
enclosed are:
1. LoI Data Sheet
2. Scope of services.
3. Formats for the technical and financial proposals.
4. Schedule of completion, Schedule of Payments etc. under the
proposed contract).
5. Draft Contract for the Consultancy Services.
6. Salient features of the DPR.
1.6 Earnest Money
Rs. 4,00,000.00( Rupees four Lac Only) in the form of a crossed
demand draft in favour of General Manager (Accounts) JKSPDC,
Srinagar, Payable at Srinagar .
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 19 of 83
1.7 Time of Completion
• Works: 60 Months
plus
• Finalization of Works and Defects Liability Period: 12 months
(The actual time of completion shall be finalized in consultation
with EPC Contractor and thereafter with the consultant)
1.8
Consortium The bidder has to be a single entity and no consortium of
companies/JV is allowed to participate in the bidding process.
1.9 Address for
submission of bids
Managing Director J&K State Power Development Corporation
Ltd. Camp Office Ashok Nagar Satwari Jammu, J&K - 180004.
0191 – 2430548/2439039, Fax: 0191-2435403.
1.9 Date & Time for
submission of bids
30th
November 2012 at 1400 Hours.
1.10 Date of opening of
bids
30th
November 2012 at 1500 Hours or any other date to be
intimated later.
The date of opening of financial bids shall be communicated to
technically qualified bidders separately.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 20 of 83
ANNEXURE-II
SCOPE OF CONTRACT MANAGEMENT CONSULTANCY CONTRACT
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 21 of 83
Scope of Contract Management Consultancy Contract and Responsibilities of Consultant
Table of Contents
1. Introduction
2. General Scope of the Services
2.1 Pre-commencement works
2.2 Main works
3. Scope of Services
3.1 Pre-commencement works
3.2 Main works
3.2.1 Review of contractor’s Design
3.2.2 Supervision of construction of civil works
3.2.3 Supervision of manufacture of Equipment
3.2.4 Certification of contractor’s Measurements
3.2.5 Certification of contractors Payments
3.2.6 Management of contractors claims
3.2.7 Assurance of quality control
4. Reports
5. Consultant’s personnel & the job description for key staff
6. Assistance to be provided by the owner
7. Design review-pre-commencement works:
8. Consultant Personnel Schedule
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 22 of 83
1. Introduction
The Jammu & Kashmir State Power Development Corporation (Owner) has embarked on an
expeditious programme to exploit the very substantial hydropower potential within the state, in
order to reduce the requirement of Jammu & Kashmir for imported power from neighboring
states and ultimately to achieve a level of generation which will permit the state to be a net
power exporter.
This hydropower development, subject matter herein, involves the implementation of the 93MW
New Ganderbal HEP (the Project) for which The Owner will award, separately, EPC Contract
for execution for all necessary additional investigation, planning, Design and engineering, supply
of equipment & materials, civil construction, design, fabrication, manufacturing, supply,
transportation, handling, installation, testing & commissioning of all Hydro Mechanical and
Electro-Mechanical equipment/machinery leading to successful commission and completion of
the HEP, fit for the intended purpose.
The Project envisage utilization of water of Sindh river, tributary of River Jehlum, for power
generation to the tune of 93MW.
2. General Scope of the Services
2.1 Pre-Commencement Works
Prior to taking up of the main civil works of hydro electric project, EPC Contractor are
obliged to proceed with preliminary activities (defined as pre-commencement Works)
which include, but are not necessarily limited to, the following activities:
• Mobilization of resources to the project area.
• Design and Engineering services pertaining to:
Planning
Site investigations
Preparation for hydraulic model tests/studies
Design criteria, calculations and drawings
Infrastructure works and construction facilities:
Site installation of civil contractor’s plant and equipment
Construction of civil contractor’s camp, offices, stores and workshops
Construction of roads and bridges (if any).
The CONTRACT MANAGEMENT CONSULTANT’S Home Office will be responsible
for the overall management of the consultant’s activities, the coordination of the inputs
from various disciplines and quality control, as well as liaison with the Owner.
The Team Leader will monitor the EPC Contractor’s progress on site on the basis of the
EPC Contractor’s detailed work schedule and programme for the pre-commencement
works.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 23 of 83
Drawings and documents submitted by the EPC CONTRACTOR to the CONTRACT
MANAGEMENT CONSULTANT will be reviewed and commented by suitable qualified
staff.
2.2 Main Works
The duties and functions of the CONTRACT MANAGEMENT CONSULTANT shall
include supervision of construction to ensure that works are executed as per the
specifications laid down in the EPC Contract. CONTRACT MANAGEMENT
CONSULTANT shall test and examine the materials, plant and equipment used or
workmanship employed in connection with construction of the Project and more generally
to act on behalf of the Owner for the management and operation of the EPC contract.
The CONTRACT MANAGEMENT CONSULTANT shall carry out the duties specified
for the ENGINEER-IN-CHARGE in the construction contracts, particularly to:
Ensure quality control assurance and conformance of design, materials and
construction with the requirements of the EPC contract.
Monitor the progress of the construction and pursue compliance with the latest
agreed version of the MASTER CONTROL NETWORK PROGRAMME for the
Project
Certify measurements and payments and substantiation of costs and claims
3. SCOPE OF SERVICES
3.1 Pre-Commencement Works:
The CONTRACT MANAGEMENT CONSULTANT’S scope of services for the Pre-
Commencement Works comprises:
Monitoring of the civil contractor’s progress on site.
Review of drawings and documents submitted by the civil contractor.
Reporting to the Owner.
3.2 MAIN WORKS:
The CONTRACT MANAGEMENT CONSULTANT’S scope of services for the Main
works comprises:
Review of contractor’s Design.
Supervision of construction of civil and Hydro-Mechanical/Electro-Mechanical
works.
Supervision of Manufacture of equipment.
Certification of contractor’s Measurement.
Certification of contractor’s payments
Management of contractor’s claims.
Assurance of quality control.
In particular, the consultant’s duties comprise the followings:
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 24 of 83
3.2.1 REVIEW OF CONTRACTOR’S DESIGN:
The CONTRACT MANAGEMENT CONSULTANT will review the contractor’s design,
construction documents and drawings prepared for the execution of the Project to ensure:
Compliance with the provisions of the contractual requirements,
Adherence to the applicable codes and standards,
Technical correctness and completeness,
Reliability and ease of maintenance.
This concerns essentially:
Detailed technical specifications,
Design criteria,
Design calculations,
General arrangement and assembly drawings,
Quality assurance plans,
O&M Manuals.
After review of the contractor’s documents the CONTRACT MANAGEMENT
CONSULTANT shall communicate his consent/comments to the contractors (an
additional copy will be given to the Owner) with the following categories:
• “CONSENTED”:
In case the submitted drawings or documents receive the consent of the Engineer-in-
Charge.
• “CONSENTED WITH COMMENTS”.
In case the submitted drawings or documents are accepted in- principle by the
Engineer-in-Charge, but minor comments have to be made. These comments will be
explained in a covering letter and marked in the drawing or document, which will be
returned to the contractor within the stipulated review period. Further
design/fabrication/construction shall be proceed, considering the comments.
Amended drawings or documents will have to be submitted after completion of the
contractor’s revision works.
• “RETURNED FOR REVIEW”
In case of substantial disagreement with the drawings or documents, these will be
marked “returned for review” and returned to the contractor within the stipulated
period by stating the reasons for disagreement spelt out detailed in the covering
letter. Technical discussions shall then, if required, be held thereafter without delay
to address the concerns of the Engineer-in-charge. The drawings will have to be
reviewed, appropriately revised and re-submitted for consent by return with the
responses, explanation or action to the comments given by the Engineer-in-charge.
3.2.2 SUPERVISION OF CONSTRUCTION OF CIVIL WORKS
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 25 of 83
The Consultant, in his function as Engineer-in-charge, will administer the
contractual responsibilities and obligations of the Owner in all contract for
Engineering, supervision, supply, erection and construction, to the extent allowed
for EPC Contract of the Project.
The above can be separated into:
• Construction of the civil works,
• Manufacture, supply, erection and commissioning of the plant, and
• Deflects liability period
Activities to be performed on site for the civil works will consist mainly of the
following:
• The contractor will be required to submit regular updates of their critical path
programs to the Consultant to ensure that key dates for completion of work are
adhered to. The performance of the contractor will be closely monitored to
ensure continuous and efficient progress of all works.
• Expedite and schedule the work of the contractor’s construction forces in full
co-ordination with their contractual obligations in a way that the total Project
completion time is not affected due to delay or change of the work schedule.
• Cost planning and control of individual items for invoicing and budgeting
procedures.
• Arrangement and preparation of periodic co-ordination meetings with the EPC
Contractor to discuss progress, and to assist in deriving suitable remedial
action.
Arrangement and preparation of periodic meetings with the Owner to report on
the progress of the works and to present any recommendations for problem
solving or cost saving.
• Process final acceptance of the works under each contract.
• Reporting on progress of all activities.
The site supervision staff shall include, “Short-term Experts”. These will be experienced
engineers with specialized knowledge in areas such as grouting, concrete technology or rock
mechanics for example, who will be called upon from time to time as the need arises.
3.2.3 SUPERVISION OF MANUFACTURE OF EQUIPMENT
The consultant, as Engineer-in-charge, is required to monitor manufacture of the
Hydro-Mechanical equipment and the Electro-Mechanical equipment, include
workshop inspection and main factory acceptance tests.
3.2.4 CERTIFICATION OF CONTRACTOR’S MEASUREMENT
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 26 of 83
Agreement of quantities for interim measurements will be the responsibility of the
Tear Leader. The progress and quantities information will be entered into the PMS,
together with data on general cost items, for producing updated cost figures,
variation orders, and claims which will already be held in the PMS, from regular
updating of cost monitoring data. These costs will then be compared with the
contractor’s statements, and agreement reached with the contractor on any
appropriate adjustments to the statement, if necessary.
3.2.5 CERTIFICATION OF CONTRACTOR’S PAYMENTS
Prior to the commencement of the construction works the consultant will discuss
and agree with the Owner the procedural details and documentation to enable
payment requests to be processed and paid. The certificates of payment shall be in
accordance with the requirements and standards of the Owner. The Consultant will
agree with the contractor on the final format for these statements, the
documentation required in their support, and the procedures for compiling the
information.
The Tear Leader will prepare the interim payment certificates and submit them to
the Owner together with the corresponding measurement data, recommending that
the appropriate payment be made.
The Consultant may not authorize any payment which would exceed the value of
the respective civil or Electro-Mechanical contract without the prior written
consent of the Owner.
When substantial completion has been achieved and commissioning tests have
been carried out satisfactory, the Consultant will issue, after approval of the
Owner, to the contractor the respective completion (Taking-over) certificate
following such inspections and tests as are necessary prior to the issue of such
certificates. The consultant will compile the appropriate statement of the
construction contract account for the Owner at the start of the defects liability
period. Recommendations for release of retention money and final payments will
be made after application by the EPC Contractor at the appropriate times.
3.2.6 MANAGEMENT OF CONTRACTOR’S CLAIMS
The monitoring of the contractor’s operations on site and the maintenance of
accurate and detailed site records plays the essential part in the management of
claims and variation orders, It is very important that the consultant maintains a
clear picture of the contractor’s work methods, and of charge in conditions
necessitating changes in plant or equipment, and that he records labour usage,
plant availability, etc. and maintains a general overview record in a concise form
for later reference.
At the start of the construction stage the consultant will prepare record forms for
the site supervision staff to use, and will establish the site diary format for
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 27 of 83
recording general events. Forms for instructions issued in the field will also be
prepared. The information contained in all these will be used to monitor and
process both claims and variation orders. This management of variation orders and
claims will mainly be carried out by the Tear Leader.
On receipt of approval from the Owner for a change in the contractor’s scope of
works, the consultant will seek a quotation from the contractor for the work and,
after negotiation, this agreed price will be passed to the Owner for approval. Upon
approval, the Owner will instruct the Consultant to issue a variation order for the
work to the contractor.
In the case of claims, the contractor is required to formally notify the consultant
that he believes he has reasons for a claim and the relevant circumstances leading
to it. On receipt of this notification, the Consultant will inform the Owner of the
claim and institute procedures for its review and settlement. It is the intention of
the Consultant to take all steps necessary to avoid potential claim situations, and he
will keep the Owner informed of this actions at all times and discuss possible
remedial measures with him. In the event that the EPC Contractor proceeds with a
formal claim, the Consultant will review and analyze the claim and make
recommendations and advise the Owner for its resolution.
3.2.7 ASSURANCE OF QUALITY CONTROL
The CONTRACT MANAGEMENT CONSULTANT must operate an effective
quality management system (QMS) based on ISO 9001, in order to ensure that
JKSPDC benefit from a defined and expected high level of quality. Through a
structured system of information, distribution and training all the CONTRACT
MANAGEMENT CONSULTANT’S employees and management must be
committed to quality and cost conscious approach to project and work activities.
Through this quality assurance system established within the organization, the
defined quality assurance measures must be constantly applied.
Senior most civil engineers shall be assigned to act as quality control managers.
Within the scope of quality control, technical staff in the consultant’s home office
will be in charge of giving back-supporting services to the project, whenever
required. To ensure permanent back-supporting on the highest technical level, the
consultant has to nominate specially qualified personnel for that purpose.
4. REPORTS
The CONTRACT MANAGEMENT CONSULTANT will submit monthly progress
reports to the Owner throughout the duration of the services. The reporting period will be
a calendar month and these reports will be submitted by the 7th day of the month
following the reporting period. The monthly reports will document services performed by
the consultant during the reporting period and will also contain a forthcoming month.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 28 of 83
Throughout the duration of the main works, detailed quarterly reports will be submitted
two weeks after the end of each quarter. These will primarily serve to record the status of
the project with regard to costs and progress of the work, identifying any impending cost
or time over-runs.
5. CONSULTANT’S PERSONNEL & THE JOB DESCRIPTION FOR KEY STAFF
The following sections contain detailed descriptions of the duties and responsibilities of the
staff in the project team. These job descriptions have been composed in order to perform all
of the project tasks.
Job Descriptions for the following key staff are presented below:
A. Home Office Liaison And Management
Home office of the Consultant shall provide the necessary support to his field staff on
the Project as are required for successful accomplishment of assignment.
The Senior management from Home office will carry out periodic visits to the project
for direct technical supervision of the performance of the consultant’s staff, to advice
on the most important technical and managerial decisions, and to maintain a close
liaison with the Owner.
The principal responsibilities of the Home Office shall be to:
Establish the design review and site supervision teams so as to ensure the quality of
the services provided, including effective quality management programmes.
Carry out a periodic review of the technical performance of the consultant’s staff.
Provide the guidance, technical back-up and ensure information transfer from
Home office, and mange the direct technical inputs from the Home office resources
when required.
Select short-term expert consultant’s for specialized inputs which may be found to
be necessary for the Project.
Overall responsibilities for the on-going management of the operations of the
consultant, working towards the objectives and the implementation of polices
agreed with the Owner, in order to assure the successful and timely completion of
the contract.
Ensure the fulfillment of obligations related to the contract for consultant services.
Establish and supervise a quality management programme to be applied to all
activities of the consultancy services.
Co-ordinate and manage the consultant’s design review and construction
supervision and monitoring activities.
Maintain a permanent liaison with the Owner and with the EPC Contractor’s
management team.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 29 of 83
Be responsible for the overall liaison between the Home office and the site, and co-
ordination between them to ensure the optimum utilization of the particular
technical back up specialization.
Supervise from time to time co-ordination of the EPC Contractor’s and consultant’s
programmes.
As nominated “Engineer” or Engineer-in-charge” under the general conditions of
the EPC contract, the Home office shall designate Team Leader as “Engineer-in-
Charge” of the Project.
Establish effective communication procedures with the team, and with the
contractor, the Owner and any other parties as requested by the Owner.
Guide the review of the EPC Contractor’s design so as to be able to issue the
necessary consents in timely manner or otherwise recommend any design
amendments as necessary.
Together with the Team Leader and Senior Site supervisory staff, establish
appropriate procedures for the processing of monthly payment certificates, the
monitoring of contract costs, and a budget and cost forecast system.
Schedule the commissioning of the works.
Co-ordinate technical presentations given by project staff to the Owner, as required,
highlighting construction progress, technical difficulties and proposed solutions.
Establish the emphasis on the successful handling of all environmental matters
related to the contract and to good project relations.
Assist in meetings of the Owner with EPC contractor for the Project.
Seek consent or discussions from the Owner where required, issue
recommendations in writing to the Owner related to construction programme
performance, variation orders, and any other matters.
Monitor and control performance on the basis of monthly reports prepared by the
Team Leader and by the Chief Design Engineer, and subsequently submit these
reports to the Owner.
B. Chief Design Engineer
The Chief Design Engineer will be responsible for all work during the review of the
designs, reporting directly to the Home Office. He will establish and lead the design
team in the Home design office, and subsequently liaise closely with the contractor’s
design team to ensure that the detailed design work and the production of
construction drawings is coordinated right from the early stages of the construction
programme.
Up to & until completion of the final design and production of the construction
drawings, the Chief Design engineer will remain available in the Home office to give
further advice concerning modifications to the designs, if found necessary at any
stage, as the construction works progress.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 30 of 83
The principal responsibilities of the Chief design engineer are summarized as follows:
Establish the design team in the home office .
Plan in detail and manage all activities required for the review of the
contractor’s designs and documents and co-ordinate the inputs from each of the
senior design Engineers and design support staff.
Assess the geotechnical data and the design parameters and criteria in co-
ordination with geology and rock mechanics experts where appropriate.
Review the design of all underground, tunnel and civil works, and obtain the
assistance of the various, Engineer’s where appropriate.
Review the hydraulic design of the scheme.
Supervise the review of the mechanical and electrical works designs carried out
by the Mechanical Engineer, the hydraulic steel structures Engineer and the
Electrical Engineer.
Together with the Contractor’s Engineer, and in consultation with the Owner,
examine the environmental implications of the designs and evaluate the
acceptability of any proposed amendments to alleviate the impact.
Review and clarify the Contractor’s proposed testing and commissioning
procedures in consultation with the Geologist, Mechanical and Electrical
Engineers.
Evaluate the cost and construction programme implications of any proposed
amendments to the design.
Receive, discuss, edit and comment any reports on the specific design studies
submitted by the contractor.
Review and consent (as appropriate) the contractor’s design criteria and
parameters including the codes and standards, analysis and calculation methods,
presentation standards and quality control procedures in general.
Supervise and participate in reviewing the final design of all aspects of the
project works, and give consent to fully checked calculations and results
submitted in accordance with the EPC Contract.
Give consent to the final accepted drawings.
Together with the Tear Leader review the EPC Contractor’s proposed work
methods and equipment, and ensure that they are suitable for the requirements
of the design.
Review the EPC Contractor’s designs and documents, making
recommendations for changes or adjustments to the designs, drawings or
specifications where necessary.
Check the design of mechanical equipment with regard to their dimensions, the
methods of transport to the site and the method of installation.
Review the proposed testing procedures in the factory and on site.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 31 of 83
Check and evaluate all designs and drawings submitted by the contractor.
Witness selected workshop tests and review all detail and progress reports
submitted to him.
Review all workshop drawings as submitted by the EPC Contractor before
manufacture and installation, and provide advice during production together
with joint visits to the factories if required.
Review relevant sections of the operation and maintenance manuals, including
the spare part and tools lists and all supporting technical documentation.
Recommend detailed test procedures both for dry and wet commissioning at the
end of construction.
C. Hydraulic Steel Structures Engineer
The hydraulic steel structures Engineer will be responsible to the Home Office and to
the Chief Design Engineer for the design review of all hydro-mechanical equipment
including the penstock valves, gates and the structural steel works including the steel
lining of the pressure shafts. He will review the designs, specifications and drawings
submitted by the contractor, and will be involved in the testing.
The principal responsibilities of the hydraulic steel structures Engineer include the
following:
Review the EPC Contractor’s designs, making recommendations for changes or
adjustment to the designs, drawings or specifications where necessary.
Check the design of steel structural components with regard to their dimensions,
the methods of transport to the site and the method of installation.
Review the proposed testing procedures in the workshop and on site.
Witness selected workshop tests and review all detail and progress reports
submitted to him.
Review all workshop drawings as submitted by the EPC Contractor before
manufacture and installation, and provide advice during production together
with visits to the factories if required.
Review relevant sections of the operation and maintenance manuals, including
the spare part and tools lists and all supporting technical documentations.
Recommend detailed test procedures both for dry and wet commissioning at the
end of construction.
D. Electrical Engineer
The Electrical Engineer will be responsible to the Home Office and the Chief Design
Engineer for review of the EPC Contractor’s designs and documents for the electrical
systems and permanent instrumentation. He will review the relevant designs and will
determine the requirements for the civil and mechanical designs to ensure
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 32 of 83
compatibility. He will review the EPC Contractor’s design of the automatic control
system for the hydropower station ensuring that all operating requirements for single
or joint control and individual loading and unloading of units can be met by the
specification, both for the manual system and the supervisory control and data
acquisition (SCADA) equipment. He will review the contractor’s final design to
ensure that the plant, computer hardware and software meets the requirements. If
necessary, he will observe workshop simulation tests.
The principal responsibilities of the Electrical Engineer shall include the following:
Review the EPC Contractor’s designs and documents, making recommendations
for changes or adjustments to the designs, drawings or specifications where
necessary.
Check the design of the electrical components and control equipment with regard
to the method of installation.
Review the detailed requirements and standards to be used in the circuit
diagrams to be submitted by the EPC Contractor with their installation and the
specifications of the equipment with regard to international and local standards.
Co-ordinate with the Chief Design and Mechanical Engineers procedures and
scheduling the installation of all equipment, cables switches etc, control and
power supply to the underground structures and on the surface.
Witness selected workshop tests and review reports submitted by the contractor
during manufacture of the electrical plant and instrumentation.
Recommend detailed test procedures for both dry and wet commissioning.
Review the relevant sections of the operation and maintenance manuals and
check that the spare part lists and documentation including circuit diagrams in
complete.
E. GEOTECHNICAL ENGINEER
The Geo-technical Engineer’s responsibilities in the design review is to check the
geo-technical input data and the criteria used in the EPC Contractor’s designs. This
includes a review of all available geo-technical reports and conclusions drawn there
from, and a review of the construction programme from the geo-technical aspect.
The responsibilities also includes the review of measuring devices and investigations
required to prepare final design computations and drawings, i.e. all works necessary
to establish the detailed input data and design criteria. This will involve advising the
Chief Concrete and Dam Engineer on laboratory and field equipment required, and
drawing up a detailed programme of field testing and measurement to be carried out
during construction.
During the construction period he will support the geo-technical site and will give
expert advice whenever required. This will include checking the conclusions drawn
from geo-technical measurements, and any new design criteria developed on the basis
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 33 of 83
of investigations and new observations made during construction. During this phase
he will act effectively as an expert to the site staff and also if required directly as a
specialist supervising engineer.
The Geo-technical Engineer will report to the CHIEF DESIGN ENGINEER during
the design review phase and to the CHIEF RESIDENT ENGINEER during the
construction period.
He will also prepare specialist reports for presentation to J&KSPDC whenever
significant modifications to the design are required for geo-technical reasons which
would involve contractual consequences.
F. Various Engineers
Various Engineers will be assigned to the design review team on an ad-doc basis to
provide specialist input as and when the need arises and to solve complex problems.
A pool of experienced engineers will be available in the home office for this purpose
and, if necessary, visits will be made to the site for observation and discussion there.
The Various Engineers will also play a quality control role throughout the
consultant’s Design review, providing support for the design review team in all
aspects of their work.
G. Team Leader
The Tear Leader will be responsible for the management of all the consultant’s
construction supervision activities on site, reporting to the Owner. He will liaise as
appropriate with the consultant’s Chief Design Engineer with regard to the
availability and quality of construction drawings and the design requirements.
The Tear Leader will delegate the individual section of services, together with the
respective authorization and responsibilities, to his staff. He will delegate his duties to
his other appointed staff, as appropriate, whenever he is absent from the site or for
any reason is not in the position to perform all of his duties.
The Tear Leader’s principal responsibilities include but are not limited to the
following summarized tasks:
Act as Engineer-In-Charge of the Project with all the appropriate duties and
powers in conformance with the general conditions of contract, in the EPC
Contract for the supervision of which the Project Management Consultant is
responsible.
Co-ordinate, supervise, manage and monitor all activities for the supervision of
construction and installation, and the professional conduct of the consultant’s
team at the various construction sites.
Prepare and assist in all important meetings with the contractor, review the
respective agendas and minutes of meeting.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 34 of 83
Prepare and direct all technical and progress meetings with the contractor,
prepare related meeting reports, and follow up requirements for subsequent
action. It is clearly understood that the Owner’s representatives shall be present
at all meetings of significance.
With the assistance of the relevant supervisory team in direct charge of the
supervision, receive and review monthly performance reports, statements and
claims presented by the EPC Contractor’s. Prepare the respective
recommendations and seek the agreement of the Owner.
Supervise and monitor the control and construction inspection activities with
the assistance of the site supervision staff.
Review the EPC Contractor’s work programmes, monitor progress against the
agreed programme, and recommend amendments to working methods or
resources if necessary in order to achieve required progress.
The Tear Leader will be in charge of the preparation of the monthly reports
with appropriate graphical presentations, summarizing progress during the
month on a quantitative and cost basis, will compare progress with programme,
and will give reasons for any discrepancies etc. and propose any necessary
remedial measures.
Review the contractor’s work method to ensure that they are in compliance
with health and safety requirements, will assure a high standard of
workmanship, and will correspond to the work rates required in the agreed
construction programme.
Check the quantities of construction materials and E&M equipment after their
arrival on site, and check their compliance with the appropriate specifications.
Issue instructions to his supervisory staff, and give guidance where necessary,
so that all inspections, tests, acceptances and remedies will be carried out in the
best interests of the project and in accordance with the latest revision of the
relevant codes and standards.
Monitor the EPC Contractor’s resources, and ensure that the available plant
and manpower satisfy the requirements of the project schedule.
Ensure the proper recording of all events, such as strikes, adverse weather
conditions etc, which may lead to justifiable delays or claims for the extensions
of time in the implementation of the project.
Ensure that all construction activities are carried out in compliance with the
environmental protection requirements, and promote good project relations
both within the project organization and with the local population.
Assist the Home Office in establishing project management and control
procedures, including administration, budgeting and payments, quality
assurance and communications.
Issue the Taking-Over certificates after prior approval of the owner.
Approve checked variation orders and all other certificates to be issued during
construction and seek the agreement of the Owner.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 35 of 83
Consent to all checked and agreed requests for payment to the contractor and
forward them to the Owner.
Supervise together with the site team/ the Owner the commissioning of the
works.
Provide assistance to the Owner in dealing with contractual disputes when
required.
Establish a programme on –the-job training for operation & maintenance staff
deployed by the Owner, and ensure that the programme is successfully
supported by all the consultant’s staff.
Control all site office accounting activities including procedures for payment
of staff, processing of invoices for office material, and the associated proper
book keeping.
Guide the preparation of all technical reports on construction performance,
systems and any other special reports as requested by the Owner.
H. Senior Civil Engineer
Senior concrete Engineer shall be a senior member of the site support staff, who will
simultaneously be active in all the areas of construction. He will be responsible for
ensuring that all materials supplied and the concrete placing techniques used by the
contractor conform with the Technical Specifications.
The Senior Concrete Engineer will establish the consultant’s own materials quality
monitoring programme. He will prepare reports as required, using standard project
forms in accordance with establish procedures.
The contractor’s testing programme will be monitored by the Senior Concrete
Engineer who will witness tests as necessary. For any highly specialized test it may
be necessary to recommend the use of the services of an external laboratory.
The Senior Engineer will ensure that the contractor’s testing facilities provided are
complete and fully operational in time for the material testing programme to begin
with the relevant construction activities.
His responsibilities will include monitoring of the contractor’s materials and
laboratory testing work in accordance with the specifications, ensuring that the
appropriate field and laboratory tests/measurements are carried out by the contractor,
and obtaining and checking the contractor’s test certificates and test reports are
required. He will maintain comprehensive records of all test, inspection and control
reports, and will promptly notify the contractor of any deficiencies or repeat testing
required.
The Senior Concrete Engineer will have the following principal responsibilities:
Review and comment on the contractor’s materials testing facilities.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 36 of 83
Supervise the contractor’s quarry or borrow site investigations, and give the
required consent (if any) on the basis of correct investigation/extraction
procedures and provided the test results are satisfactory.
Monitor all material field and laboratory testing work carried out by the
contractor.
Review the contractor’s on-site storage and handling methods.
Monitor the following specific activities in close co-ordinate with the respective
Site Engineer.
Quality control on quarry work and other material sources
Quality control on cement, cement admixtures, bentonite and reinforcement
steel Contractor’s mix design tests
Quality control of concrete production and placing.
Routine tests on fresh concrete
Quality control precast elements.
Quality control of shotcrete supplied and as placed.
Testing of rock samples from the excavations (in co-ordinate with the Senior
Engineering Geologist).
Rock Mechanics tests in the excavations (in co-ordinate with the Senior
Engineering Geologist).
Check and Supervise any Geodetic measurements made by the EPC Contractor
related to the checking or establishment of control beacons, preservation and
replacement of beacons, and contractor’s setting out activities
Control the EPC Contractor’s surveys of original found surface over the area to
be disturb by the construction activities
Control the EPC Contractor’s surveys related to excavated and final ground
surfaces on completion of excavation, prior to commencement of placing
backfill or concrete, and on completion of placing concrete, backfill or other
work.
Control the EPC Contractor’s survey related to cross sections.
Control and check the tunnel excavation back up survey system used by the
EPC Contractor.
Insure that the EPC Contractor are using adequate materials for survey
beacons, fix and other survey points, and that inscriptions on survey points and
other markings are applied correctly and maintain throughout the course of the
contract.
Check that final lines of excavated foundations, rock bed, topsoil etc. is in
compliance with the excavation of Drawings.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 37 of 83
Check all shuttering and setting out dimensions and elevations of concrete
works against the requirements of the designs and the construction Drawings,
including the locating of all items to be cast in.
Agree with the EPC Contractor surveyors the results of any joint measurement
surveys which are to be used as the basis for the calculation of quantities of
completed work.
Carry out all calculations, analysis and checking of data and results in
connection with survey measurements, and present the results to the site
supervision team in an agreed format.
I. Mechanical and Hydraulic Steel Structures Engineer
The Senior Mechanical and Hydraulic Steel Structures Engineer will be responsible
to the Tear Leader for monitoring the installation, testing and commissioning of all
mechanical plant including the turbines, valves and gates and for the steel structural
works including the steel lining of the pressure shafts. He will maintain close contact
with the Senior Electrical and control Engineer, and with the Mechanical and
Electrical Site engineers during installation.
J. Electrical and Control Engineer
The Senior Electrical and Control Engineer will be responsible to the Chief Design
Engineer for monitoring the installation, Testing and Commissioning of the Electrical
Systems and permanent instrumentation. He will determine the requirements for the
Civil and Mechanical works on site to ensure compatibility and co-ordination.
The Principal responsibilities of the Senior Electrical and Control Engineer shall
include the following :-
Check the Design of the Electrical components with regards to the methods of
installation.
Co-ordinate with the Tear Leader and Senior Mechanical and Hydraulic Steel
Structures Engineer the installation of all equipment, cables, Switches etc.,
Control and Power supply to the underground structure and on the surface
Advice the Electrical Site Engineer and supervise installation work at key times
during construction
Assist the contractor to develop and co-ordinate detailed test procedures for
both dry and wet commissioning and participate in the supervision of these
tests.
Review the relevant section of the operation and maintenance manuals and
check that the spare part lists and documentation including circuit diagrams is
complete
K. Engineering Geologist
The Engineering Geologist, is part of the site support staff with the responsibilities for
following up and supervising all geo-technical aspects of the works.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 38 of 83
The Engineering Geologist’s main activities concerned directly with the progress of
the works will be:
a. Monitoring the contractor’s system of initial support for all drill & blast.
b. Making of recommendations for subsequent up-gradation works.
Functioning under (a) and (b) will apply to all underground structures and to surface
structures where rock and soil support is required.
Senior Engineering Geologist shall also be responsible for:
Documentation of rock support measures, and ensuring that this information is
introduced into data storage for further processing.
Monitoring the contractor’s installation of measuring devices including
descriptive documentation.
Monitoring the reading of measuring devices, establishment of required
frequencies of reading, documentation of data for processing Geological
mapping.
Monitoring of foundation work where required.
The Senior Engineering Geologist will record all data in the correct form required for
direct input into the relevant computerized techniques (GEOTEC, CAD, etc.) to
ensure that the advantages to flexibility and efficiency of these techniques can be
utilized during the progress of the works.
The Senior Engineering Geologist will report directly to the Tear Leader, and he will
maintain close contact with the contractor’s engineers in charge of works with
significant geotechnical aspects. He will also maintain close contact with the
consultant’s design review team, and also other supervisory staff assigned to civil
works.
L. Short-Team Experts
A pool of experts covering all aspects of the Project Management Consultant’s scope
of Consultancy Contract shall be retained by the Project Management Consultant
which shall at all times be available to make short visits to the project site to appraise
and solve specific problems as and when these arise. Such problems could, for
example, include matters related to grouting, slope stability, rock support, etc.
6. Assistance to be provided by the Owner
In respect of the consultant, his personnel and dependants, as the case may be, the Owner
shall do all in his power to assist in:
i. Providing unobstructed access whenever it is required for the services;
ii. Import, export and customs clearance of goods required for the services.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 39 of 83
iii. Providing access to other organizations for collection of information which is to be
obtained by the consultant;
iv. Co-operating with the consultant regarding contract provisions in order to make
sure that tax charges for the Owner as well as for the consultant are kept to a
minimum.
v. The Owner will make available to the Contract Management Consultant free of any
charge all related reports available with it, including the copy of contract documents
for the EPC Contract, maps, data and other information, if available, as are
necessary for the execution of the services with due diligence and in good time, and
will arrange for the collection of such further data and information within India as
may be required for the purpose of the project.
7. Design Review-Pre-commencement Works:
i. The Owner shall allow the design review of drawings and documents furnished by
the EPC Contractor during the pre-commencement works to be performed in the
Project Management Consultant’s home office.
ii. The Owner will ensure that drawings and documents to be reviewed are submitted
to the Project Management Consultant in a timely manner.
iii. The Project Management Consultant will perform the review within the durations
given in the EPC contract and ensure that the reviewed documents are furnished to
the Owner, the Owner strictly in conformance with time frame stipulated in the
EPC contract.
8. Consultant Personnel Schedule
(Tentative Staffing Schedule in Man-Months)
S
No
Position in
Team
Pre-
commencement
works
Main
works
Defects
Liability
Period
Total
Man-months
TEAM LEADERS
1 Team Leader
03.00
60.00 6.00 69.00
DESIGN REVIEW TEAM
2 Chief Design
Engineer
0.00
18.00 00.00 18.00
3 Mechanical/
Hydraulic Steel
Structural
Engineer
00.00
06.00 00.00 06.00
4 Electrical
Engineer
0.00
06.00 00.00 06.00
5 Geotechnical
Engineer
0.00
06.00 00.00 06.00
SITE SUPERVISION TEAM
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 40 of 83
6 Senior Civil
Engineer
02.00
60.00 6.00 68.00
7 Engineering
Geologist
02.00
54.00 00.00 56.00
8 Mechanical/
Hydraulic Steel
Structural
Engineer
0.00
30.00 03.00 33.00
9 Electrical &
Control
Engineer.
00.00
30.00 12.00 42.00
VARIOUS ENGINEERS
10. Site Engineers
Civil .4 Nos
Elect. 3 No.
Mech. 3No
12.00
9.00
6.00
240.00
150.00
120.00
36.00
27.00
18.00
288.00
186.00
144.00
OFFICE PERSONNEL
11 CAD
Operator cum
Draftsman
03.00
60.00 9.00 72.00
12 Accountant 06.00
60.00 9.00 75.00
13 Office
Assistants (1 no)
03.00
60.00 09.00 72.00
14 Office Helpers (2
no)
12.00
120.00 12.00 72.00
15 Short term
Experts
As & when required 9.00
Note:
The Contract Management Consultant will give priority to state subjects of Jammu & Kashmir
provided that these persons meet the academic and experience requirements prescribed for each
position.
Unless absolutely necessary and for reasons beyond control of the Contract Management
Consultant, no replacement in respect of the Tear Leader nominated in the bid shall be
permitted.
However, in case, the replacement is unavoidable, the substitute shall in no way be inferior in
qualification and experience and the same shall be permitted only after due approval of the
Owner.
Each replacement, in respect of the nominated Engineers, even if made after approval of the
Owner, shall cause the total payment/ consideration due to the Contract Management
Consultant under the Contract, to be reduced by an amount equivalent to 10% of remuneration
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 41 of 83
agreed in the contract in respect the particular key personnel sought to replaced, worked out on
pro-rata basis for the duration the replacement is in force.
The Contract Management Consultant shall deploy the manpower as per the site requirement
after approval of the deployment by the Owner and the payments for the manpower shall be
made as per actual deployment.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 42 of 83
Annexure - III
TIME OF COMPLETION
SCHEDULE FOR DELIVERY/COMPLETION OF SERVICES
The time schedule and the time duration during which the CONTRACT MANAGEMENT
CONSULTANT shall be obliged to deliver the services shall be as specified herein under:
CONSULTANT’S
ASSIGNMENT
MILESTONE/S FOR
CARRYING OUT
ACTIVITIES UNDER
THE CONTRACT
ACTIVITY
Pre commencement
Works:
06 months
Main Works:
54 months
Finalization of works/
Defect Liability Period:
12 months
Review of planning & strategy
documents of EPC Contractor.
Evolution of activity control charts/
reports and other management tools for
the benefit of the Owner and ensuring
execution of works as per CPM/ PERT
CHARTS.
Review and consenting to drawings
and designs produced by the EPC
contractor.
Supervision of all works including
manufacturing/ fabrication of
equipment at all stages of works/
manufacturing/ fabrication process.
Monitoring of progress of works.
Quality Assurance in conformance
with sound engineering practices,
standards/ specifications and terms and
conditions of the EPC contract.
Certification of measurements for
works executed by the EPC contractor.
Certification of payments for the
works executed by the EPC contractor.
Management of Contractor’s Claims.
Evolving of reports.
Any other services as shall be deemed
necessary during the progress of the
work to achieve the successful
completion and commissioning of the
project.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 43 of 83
• Construction of the Project, in conformance with the scope, the terms and the conditions
governing the EPC Contract is projected to be completed in 60 months.
• The term of assignment being offered to the Contract Management Coultant shall,
therefore, commence and be completed as per the scope of work within a total time period
of 60 months, reckoned from the scheduled date of start of work under EPC contract for
completion of the Project. Additional 12 months beyond the scheduled /actual date of
completion and commissioning of the Project shall be used by the Contract Management
Consultant for finalization of EPC Contractor’s claims/ bills and supervision and
monitoring of performance of the Project components during the Defects Liability Period.
• In the event of construction work on the Project is not completed within the stipulated
completion period of 60 months for whatsoever reasons- specifically being in no way
attributable to Contract Management Consultant, the term of deployment of the personnel
to be deployed by the Contract Management Consultant on supervision and allied duties
may be suitably extended, on pro rata basis, subject to approval by the Owner.
• However, the time schedule for completion of the project shall be finalized after
consultation with the EPC contractor.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 44 of 83
ANNEXURE - IV
FORMAT FOR TECHNICAL BID
(BID DATA SHEETS)
FORM NO : 1-5
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 45 of 83
Form No: 1
FROM TO
_________________________ MANAGING DIRECTOR
_________________________ JKSPDC LIMITED
_________________________ HOTEL SHAW INN
BOULEVARD, SRINAGAR J & K - 190001
SUBJECT:
Selection of Consultant for providing of Comprehensive Contract Management Services
for Implementation of EPC contract, for construction of 93MW New Ganderbal HEP, in
District Ganderbal, J&K STATE
DEAR SIR,
I, on behalf of ___________________________________, a Consultancy Company
herewith enclose Technical Proposal for selection of my/our
Company/firm/association/organization as a Consultant for providing of Comprehensive
Contract Management Services for Implementation of EPC contract, for construction of
93MW New Gander bal HEP, in District Ganderbal, J&K State
Yours faithfully,
1. Signature of the Authorized Signatory:________________________
2. Name of the Authorized Signatory:______________________________
3. Name of the Company/firm/association/organization:____________________
4. Seal of the Company/firm/association/organization:______________________
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 46 of 83
FORM NO.F-2
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, ________[NAME]_____________certify that I am the _____---[DESIGNATION] of [NAME
OF THE company/firm/association/organization] established under the relevant laws who has
signed the above tender/ bid is authorized to bind the company/firm/association/organization by
authority of its governing body.
1. Signature of the Authorized Signatory:________________________
2. Name of the Authorized Signatory:______________________________
3. Name of the Company/firm/association/organization:____________________
4. Seal of the Company/firm/association/organization:______________________
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 47 of 83
FORM NO: 3
1. Brief Description of the Registered Company/ Firm/ Association/ Organization
2. Assignments of Similar Nature Successfully Completed:
3. The Bidder Consultancy Company/Firm/Association/Organization should also give
Details of the Ongoing Similar Assignments in the above Format.
S.
No
Name
Assignment
(Brief Scope)
Name
of the
project
Owner/
Sponsor
Cost of
assignment
Date of
Commence-
ment
Date of
completion
Was assignment
Satisfactorily
completed
1 2 3 4 5 6 7 8
1. Signature of the Authorized Signatory:________________________
2. Name of the Authorized Signatory:______________________________
3. Name of the Company/Firm/Association/Organization:____________________
4. Seal of the Company/Firm/Association/Organization:______________________
Note: The bidder must attach documentary evidence in support of their submissions above.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 48 of 83
FORM F-4
SUGGESTED FORMAT OF CURRICULUM VITAE FOR MEMBERS OF
CONSULTANTS TEAM
1. Name: _________________________________________
2. Profession/ Present Designation:____________________
3. Length of service with the company/firm/association/organization: _________________
4. Nationality: __________________
5. Academic Qualification:: ____________
(Under this heading, summarize College/ University and other specialized education of the
proposed team member, giving names of schools, colleges, professional institutions
attended with dates on which attended and degrees/ diplomas obtained.. Use up to quarter
page.)
6. Proposed Position on the Team for Transaction Advisor : ________________
7. Key Qualifications:___________________________________________
(Under this heading give outline of proposed Team Member’s experience and training
most pertinent to assigned work on proposed team. Describe degree of responsibility held
by staff member on relevant previous assignments and give dates and locations. Use up to
half-a-page)
8. Experience: ___________________________________________________________
(Under this heading, give the list of positions held by the proposed Team Member since
graduation, giving dates, names of employing organization, title of positions held and
location of assignments. For experience in last ten years also give types of activities
performed and Owner references, where appropriate. Use up to three quarters of a page).
9. Language: ________________________________________________________
(Indicate proficiency in speaking, reading and writing of each language by ‘excellent’,
'good' or 'poor').
1. SIGNATURE OF THE AUTHORIZED SIGNATORY:________________________
2. NAME OF THE AUTHORIZED SIGNATORY:______________________________
3. NAME OF THE Company/firm/association/organization:__________________
4. SEAL OF THE Company/firm/association/organization:___________________
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 49 of 83
FORM NO. F-5
COMMENTS/SUGGESTIONS OF CONSULTANT (ON THE SCOPE OF SERVICES):
1. ______________________________________________________________
2. ______________________________________________________________
3. ______________________________________________________________
4. ______________________________________________________________
5. ______________________________________________________________
1. SIGNATURE OF THE AUTHORIZED SIGNATORY:________________________
2. NAME OF THE AUTHORIZED SIGNATORY:______________________________
3. NAME OF THE Company/firm/association/organization:___________________
4. SEAL OF THE Company/firm/association/organization:____________________
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 50 of 83
ANNEXURE - V
FORMAT FOR FINANCIAL BID
(BID DATA FORMS)
FORMS 6-8
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 51 of 83
FORM NO: 6
FINANCIAL PROPOSAL
(TO BE SUBMITTED WITH FINANCIAL OFFER IN SECOND ENVELOPE)
FROM: TO:
_________________ THE MANAGING DIRECTOR
------------------------------ J&K STATE POWER CORPORATION LTD.
----------------------------- HOTEL SHAW INN, BOULEVARD, SRINAGAR,
J&K - 190001
SUBJECT:
Selection of Consultant for providing of COMPREHENSIVE CONTRACT MANAGEMENT
SERVICES for IMPLEMENTATION OF EPC CONTRACT, for construction of 93MW
NEW GANDERBAL HEP, in DISTRICT GANDERBAL, J&K STATE
SIR,
I, on behalf of ___________________________________, a Consultancy
company/firm/association/organization herewith enclose Financial Proposal for selection of
my/our company/firm/association/organization as a CONSULTANT for Selection of Consultant
for providing of COMPREHENSIVE CONTRACT MANAGEMENT SERVICES for
IMPLEMENTATION OF EPC CONTRACT, for construction of 93MW NEW GANDERBAL
HEP, in DISTRICT Ganderbal , J&K STATE
Yours faithfully,
1. SIGNATURE OF THE AUTHORIZED SIGNATORY:________________________
2. NAME OF THE AUTHORIZED SIGNATORY:______________________________
3. NAME OF THE Company/firm/association/organization:__________________
4. SEAL OF THE Company/firm/association/organization:____________________
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 52 of 83
FORM NO. F-7
SCHEDULE OF PRICE BID
Subject: Selection of Consultant for providing of COMPREHENSIVE CONTRACT
MANAGEMENT SERVICES for IMPLEMENTATION OF EPC CONTRACT, for
construction of 93MW NEW GANDERBAL HEP, in DISTRICT GANDERBAL, J&K
STATE
S
No.
Item/Description Amount
(in figure)
Amount (in
Words)
Remarks
1 For nominated team of engineers/ other
support staff indicated in FORM F-8
2
Provisional sum for all other components /
items including all over-heads, out of
pocket expenses, insurance of personnel,
boarding and lodging, travel, transportation
at site, office expenses, telephone, internet,
including hardware and software etc.
Which the contract management consultant
estimates to incur for providing the
services in conformance with the scope of
services of the contract management
consultancy contract.
TOTAL
1. The above costs shall include all taxes, duties, fees, levies, insurance of his personnel
and other impositions levied under the existing, amended or enacted laws during life of
this contract and the owner shall perform such duties in regard to the deduction of such
tax as may be lawfully imposed. The owner shall not bear any costs over and above the
above quoted costs.
2. The prices shall remain firm till completion of the assignment in conformance with the
scope of services to be provided under the project management consultancy contract.
The price figures quoted above must take into account and include provision for meeting
all tax liability under income tax, service tax, professional tax and any other taxes
applicable/ payable on a date 30 days prior to date of submission of bids.
Any increase/ decrease in these taxes, over and above the rates payable on a date 30 days
prior to date of submission of bids, shall be on the Owner’s account and payments under
the contract would be regulated accordingly.
1. SIGNATURE OF THE AUTHORIZED SIGNATORY:________________________
2. NAME OF THE AUTHORIZED SIGNATORY:______________________________
3. NAME OF THE Company/firm/association/organization:________________
4. SEAL OF THE Company/firm/association/organization:_________________
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 53 of 83
FORM No. F - 8
COMPOSITION OF THE TEAM PERSONNEL AND THE TASK WHICH WOULD BE
ASSIGNED TO EACH TEAM MEMBER FOR THE PROPOSED ASSIGNMENT:
(Technical / Financial/ other Key Members of the Team for Carrying out the Assignment)
S.
No
Position in Team Name Total
Experience
Hydro
Experience
Total
Man-
months
Quoted Rate
per Man-
Month
Amount
1 Team Leader 69.00
2 Chief Design
Engineer:
18.00
3 Mechanical/Hydraulic
Steel structural Engineer
(for Design team )
06.00
4 Electrical
Engineer (for design
team)
06.00
5 Geotechnical /Tunnel
Engineer
8.00
6 Senior Civil
Engineer
68.00
7 Engineering Geologist 56.00
8 Mechanical
Hydraulic Steel
Structural Engineer
33.00
9 Electrical & Control
Engineer:
42.00
10 Site Engineers
Civil .2 Nos
Elect. 1 No.
Mech. 1No
288.00
186.00
144.00
11 CAD operator cum
draftsmen
72.00
12 Accountant 75.00
13 Office Assistants (1No) 72.00
14 Office Helpers (2Nos) 72.00
15 Short term experts As & when required 9.00
1. Signature of the Authorized Signatory:________________________
2. Name of the Authorized Signatory:______________________________
3. Name of the Company/Firm/Association/Organization:____________________
4. Seal of the Company/Firm/Association/Organization:_____________________
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 54 of 83
ANNEXURE - VI
SCHEDULE OF PAYMENTS UNDER THE CONTRACT
Terms of Payment:
1.0 Schedule of Payments:
• Interim payments to the Contract Management Consultant for the Consultancy Services
rendered in accordance with the scope, the terms and the conditions of the Consultancy
Contract, will be made by JKSPDC, in monthly intervals upon the presentation and
compilation of the monthly invoices by the consultant and detail by the inputs provided.
• While payments in respect of nominated team of Engineers and other support staff would
be made based on actual deployment at the rates of remuneration contracted, the monthly
payments in respect of ‘out of pocket expenses’ would be made on pro rata basis being
directly proportional to payments being made for Consultant’s Personnel for that
particular month i.e.
Monthly payment for
Provisional Sum costs =
Monthly payment for
personnel . X Total ‘Provisional
Sum’ Total payment for personnel
• In case of completion of project prior to the envisaged completion time of 60 months,
Provisional Sum price shall reduce in proportion to the actual manpower deployment.
• Retention money to the tune of 5% would be deducted from all interim payments and
amount so deducted shall be treated as a security deposit which shall be released only after
successful discharge of obligations on the part of the Contract Management Consultant
after 60 (forty eight) plus 12 (twelve months) months.
• Inputs exceeding those estimated in the schedule for personnel/ under various services will
be paid for at contracted unit rates.
2.0 Mobilization Advance:
In addition to the interim payments to the Contract Management Consultant for the
services rendered to the Owner in accordance with the terms and conditions of the
Consultancy Contract, the CONTRACT MANAGEMENT CONSULTANT, on written
request, would be provided with interest bearing Mobilization Advance @10% of the total
consideration payable under the contract on furnishing of bank guarantee equal in value ,
as per ANNEXURE XI, and valid for 31 MONTHS or till the liquidation of the advance,
whichever is later. Interest will be charged @ J & K Bank base rate with monthly rests
plus 3% as on the date of disbursement of the said mobilization advance.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 55 of 83
The mobilization advance so paid shall be recovered in full in thirty (30) equal monthly
installments with interest accrued from the consultancy fees/ payments to be made by
Owner to the Contract Management Consultant from time to time, for the consultancy
services rendered under the contract.
In case the mobilization advance or part thereof with interest cannot be recovered from
any monthly bill, same shall be recovered from the next monthly bill.
Should the Consultancy Contract end for any reason whatsoever, before 30 months, the
Consultant shall be liable to pay the balance amount of the mobilization advance together
with upto date interest.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 56 of 83
ANNEXURE - VII
CHECK LIST
Bidder shall complete this checklist and submit the same along with proposal document.
Checklist only covers certain important items required for evaluation of proposal. It has been
enclosed to ensure that has submitted all the necessary data / information as called for in the RFP
document.
Please write Yes or No for ensuring compliance.
1. Legal status of the bidder
2. Whether the proposal document is in English language?
3. Whether requisite earnest money in appropriate form has been enclosed?
4. Has the proposal document been submitted in three sets?
5. Whether following documents have been submitted?
Exceptions and deviations sheet (Annex-I).
Experience of team (Annex-III)
6. Whether price bid has been placed in separate sealed envelope?
7. Whether three sealed envelopes of Bid have been placed in a sealed packet?
8. Whether a list of documents, data, brochures etc. submitted in support of the claims
mentioned in the proposal document has been enclosed?
9. Whether each page of the proposal document has been signed by the authorized
signatory?
SIGNATURE OF BIDDER
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 57 of 83
ANNEXURE - VIII
LIST OF DEVIATIONS
PROFORMA FOR EXCEPTIONS AND DEVIATIONS
The bidder is required to stipulate the list of Exceptions and Deviations of RFP document, if any,
in the proforma given below:
S. No.
Description Reference Exception / Deviation desired
SIGNATURE OF BIDDER
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 58 of 83
ANNEXURE-IX
PROPOSED CONTRACT FOR CONSULTANCY SERVICES
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 59 of 83
PROPOSED CONTRACT FOR CONSULTANCY SERVICES
This CONTRACT (hereinafter, together with all Appendices attached hereto and forming an
integral part hereof, called the "Contract") is made the--------- day of the ---------month of, 2012,
between, on the one hand J&K State Power Development Corporation Ltd. (JKSPDC)
(hereinafter called the "Owner") and, on the other hand,................. (Hereinafter called the
“Contract Management Consultant").
WHEREAS:-
• The J&K State Power Development Corporation Limited (JKSPDC) intends to construct
93MW New Ganderbal HEP adopting EPC MODE in District Ganderbal of J&K State
for which an EPC contract have been awarded in favour of M/s ------------ .
• To help steer the above cited EPC contract towards successful completion as per the
timelines specified therein, JKSPDC intended to engage the services of reputed Contract
Management Consultant (Design & Supervision Consultancy Companies/
Organizations/firms/organizations registered under relevant laws) having substantial
previous experience in similar works for providing the Comprehensive Contract
Management Services as per scope of services mentioned at Appendix A.
For carrying out the assignment, Contract Management Consultant would be required to provide
the services of managers, design experts and supervision personnel, the nomenclature, the
academic qualification, general experience and specific experience in respect whom shall be as
specified in Appendix C.
WHEREAS:
• The Contract Management Consultant, have represented to JKSPDC, the Owner that they
have the required professional skills, expert personnel backed up with the technical and
financial resources required to provide the Services on the terms and conditions set forth
in this Contract; And
• JKSPDC, the Owner, based on the offer of the Contract Management Consultant, to the
effect that the Consultants have the required professional skills, expert personnel and
technical and financial resources to provide the above cited Services required for the
successful completion of the assignment as defined hereinafter (hereinafter called the
"Services");
Now therefore the parties hereto hereby agree as follows:
1. General Provisions
1.1. Definitions
Unless the context otherwise requires, the following terms whenever used in this Contract have
the following meanings:
(a) "Applicable Law" means the laws and any other instruments having the force of law in the
State of J&K, as they may be issued and in force from time to time;
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 60 of 83
(b) “Consultant” means the entity appointed by the Owner for the purpose of providing
Contract Management Services as per Scope of this Contract;
(c) "Contract" means this Contract together with all Appendices/Attachments and including all
modifications made, in accordance with the provisions of Clauses 2.5 hereof between the
owner and the Consultants;
(d) "Effective Date" means the date on which this Contract comes force and effect pursuant to
Clause 2.0 hereof;
(e) "Personnel" means persons hired by the Consultants as employees and assigned to the
performance of the Services or any part thereof; "Foreign Personnel" means such persons
who at the time of being so hired had their domicile outside the Government's country; and
"Local Personnel" means such persons who at the time of being so hired had their domicile
inside the Government's country;
(f) “Party” means the Owner or the Consultants as the case may be;
(g) “Project” means providing of Consultancy Services as a Contract Management Consultant
for comprehensive management of EPC contract (inclusive of design review and
supervision of construction activities) and assisting Owner at all stages of the
implementation of 93MW New Ganderbal HEP;
(h) "Services" means the work to be performed by the Consultants pursuant to this Contract for
the purposes of the Project, as described in Appendix A hereto;
(i) “Date of Commencement” means the date referred to in Clause 2.2 hereto; and
(j) "Third Party" means any person or entity other than the JKSPDC, the Owner and the
Contract Management Consultant.
1.2. Interpretation
In this contract, except where the context otherwise requires:
(a) Words indicating one gender includes all genders;
(b) Words indicating singular also include the plural and words indicating the plural also
includes the singular;
(c) Provisions including word agree, agreed or agreements require the agreement to be
recorded in writing.
The marginal words and other headings shall not be taken into consideration in the
interpretation of these conditions.
1.3. Relation between the Parties
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 61 of 83
Nothing contained herein shall be construed as establishing a relation of master and servant
or of agent and principal as between JKSPDC, the Owner and the Consultants. The
Consultants, subject to this Contract, have complete charge of Personnel performing the
Services and shall be fully responsible for the Services performed by them or on their
behalf hereunder.
1.4. Law Governing Contract
This Contract, its meaning and interpretation, and the relation between the Parties shall be
governed by the Applicable Law prevailing in the J&K State. The courts of State of
Jammu & Kashmir shall have exclusive jurisdiction in all matters arising out of the
Contract.
1.5. Language
This Contract has been executed in the English language, which shall be the binding and
controlling language for all matter relating to the meaning or interpretation of this
Contract.
1.6. Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.7. Notices
1.7.1 Any notice, request or consent required or permitted to be given or made pursuant
to this Contract shall be in writing. Any such notice, request or consent shall be
deemed to have been given or made when delivered in person to an authorized
representative of the Party to whom the communication is addressed, or when sent
by registered mail, telex, telegram or facsimile to such Party at the following
address:
For the Owner: ________________
Attention: Managing Director JKSPDC
Post: Hotel Shaw Inn, Boulevard, Srinagar, J&K – 190001.
Telegram:
Fax: 0194-2500145
Email: [email protected]
For the Consultants: _________________
Attention: _______________
Post:
Telegram:
Fax:
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 62 of 83
Email:
1.7.2 Notice will be deemed to be effective as follows:
a. India Postage Service Mail or by Courier: On delivery
b. India Postage Telegram: Seventy Two (72) hours following confirmed
Transmission
c. Fax: Seventy Two hours.
d. Email: Seventy Two hours.
1.7.3 A Party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to this Clause.
1.8 Location
The Services shall be performed in J&K State or at any other location desired by JKSPDC,
the Owner and, where the location of a particular task is not so specified, at such locations,
as the Owner may approve.
1.9 Authority of Tear Leader
The Consultant may authorize any individual to act as the TEAM LEADER on their behalf
in exercising the entire Consultants' rights and obligations towards the Owner under this
Contract, including without limitation the receiving of instructions and payments from the
Owner.
1.10 Authorized Representative
Any action required or permitted to be taken, and any document required or permitted to be
executed under this Contract, may be taken or executed:
(a) on behalf of the Owner by ___________________ or his designated representative;
(b) on behalf of the Consultants by________________or his designated representative.
1.11 Taxes and Duties
The consultants and the personnel shall pay the taxes, duties; fees, levies and other
impositions levied under the existing, amended or enacted laws during life of this
contract and the Owner shall perform such duties in regard to the deduction of such tax
as may be lawfully imposed. The Consultant must take into account and include
provision for meeting all tax liability under income tax, service tax, professional tax and
any other taxes applicable/ payable on a date 30 days prior to date of submission of bids.
Any increase/ decrease in these taxes, over and above the rates payable on a date 30 days
prior to date of submission of bids, shall be on the Owner’s account and payments under
the contract would be regulated accordingly.
2.0 Commencement, Completion, Modification and Termination of Contract Effectiveness
of Contract:
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 63 of 83
This Contract shall come into force and effect on the date (the "Effective Date") of the
Owner's notice to the Consultants confirming that the following conditions have been met:
(a) This Contract has been approved by the Owner.
(b) Requisite Contract Performance Bank Guarantee in the prescribed format has been
submitted by the Consultant.
2.1 Termination of Contract for Failure to become Effective:
If this Contract has not become effective within fourteen (14) days of the date hereof,
either Party may, by not less than THREE (3) weeks' written notice to the other Party,
declare this Contract to be null and void, and in the event of such a declaration by either
Party, neither Party shall have any claim against the other Party with respect hereto.
2.2 Commencement of Services:
The commencement date shall be within 7 days after the consultant receives the Letter of
Intent/Letter of Award or such other date as communicated.
2.3 Expiration of Contract:
Unless terminated earlier pursuant to Clause 2.9 hereof, this Contract shall terminate'
when, pursuant to the provisions hereof, the Services have been completed and the
payments on account of remuneration and reimbursable expenditures have been made.
2.4 Entire Agreement:
This Contract contains all covenants, stipulations and provisions agreed by the Parties. No
agent or representative of either Party has authority to make, and the Parties shall not be
bound by or be liable for, any statement, representation, promise or agreement not set
forth herein.
2.5 Modification:
Modification of the terms and conditions of this Contract, including any modification of
the scope of the Services, may only be made by written agreement between the Parties and
shall not be effective until the consent of the parties has been obtained. Pursuant to Clause
7.2 hereof, however, each Party shall give due consideration to any proposals for
modification made by the other Party.
2.6 Force Majeure:
2.6.1. Definition
(a) For the purposes of this Contract, "Force Majeure" means an event which is
beyond the reasonable control of a Party, and which makes a Party's performance of
its obligations hereunder impossible or so impractical as reasonably to be
considered impossible in the circumstances, and includes, war, riots, civil disorder,
earthquake, fire, explosion, storm, strikes, lockouts or other industrial action
(except where such strikes, lockouts or other industrial action are within the power
of the Party invoking Force Majeure to prevent), confiscation or any other action by
government agencies.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 64 of 83
(b) Force Majeure shall not include
Any event which is caused by the negligence or intentional action of a Party or such
Party's Sub-consultants or agents or employees nor Any event which a diligent Party could
reasonably have been expected to both (i) take into account at the time of the conclusion
of this Contract, and (ii) avoid or overcome in the carrying out of its obligations
hereunder.
2.6.2. No Breach of Contract:
The failure of a Party to fulfill any of its obligations hereunder shall not be considered to
be a breach of, or default under, this Contract in so far as such inability arises from an
event of Force Majeure, provided that the Party affected by such an event has taken all
reasonable precautions, due care and reasonable alternative measures, all with the
objective of carrying out the terms and conditions of this Contract.
2.6.3 Measures to be taken:
(a) A Party affected by an event of Force Majeure shall take all reasonable measures to
remove such Party's inability to fulfill its obligations hereunder with a minimum of
delay.
(b) A Party affected by an event of Force Majeure shall notify the other Party of such
event as soon as possible, and in any event not later than fourteen (14) days
following the occurrence of such event, providing evidence of the nature and cause
of such event, and shall similarly give notice of the restoration of normal conditions
as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the consequences of any
event of Force Majeure.
2.6.4 EXTENSION OF TIME:
Any period within which a Party shall, pursuant to this Contract, complete any action or
task, shall be extended for a period equal to the time during which such Party was unable
to perform such action as a result of Force Majeure.
2.6.5 CONSULTATION:
Not later than thirty (30) days after the Consultants, as the result of an event of Force
Majeure, have become unable to perform a material portion of the Services, the Parties
shall consult with each other with a view to agreeing on appropriate measures to be taken
in the circumstances.
2.7. Suspension:
The Owner may, by written notice of suspension to the Consultants, suspend all payments
to the `Consultants hereunder if the Consultants fail to perform any of their obligations
under this Contract, including the carrying out of the Services, provided that such notice
of suspension (i) shall specify the nature of the failure, and (ii) shall request the
Consultants to remedy such failure within a period not exceeding three (3) weeks after
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 65 of 83
receipt by the Consultants of such notice of suspension and shall invoke contract
performance guarantee.
2.8. Termination:
2.8.1. By the Owner: The Owner may, by not less than three (04) weeks' written notice
of termination to the Consultants (except in the event listed in paragraph (f) below,
for which there shall be a written notice of not less than fifteen (15) days), such
notice to be given after the occurrence of any of the events specified in paragraphs
(a)- through (f) of this Clause 2.9.1, terminate this Contract:
(a) If the Consultants fail to remedy a failure in the performance of their obligations
hereunder, as specified in a notice of suspension pursuant to Clause 2.7
hereinabove, within three (04) week’s of receipt of such notice of suspension or
within such further period as the Owner may have subsequently approved in
writing;
(b) If the Consultants become insolvent or bankrupt or enter into any agreements with
their creditors for relief of debit or take advantage of any law for the benefit of
debtors or go into liquidation or receivership whether compulsory or voluntary;
(c) If the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 8 hereof;
(d) If the Consultants submit to the owner a statement which has a material effect on
the rights, obligations or interests of the Owner and which the Consultants know to
be false;
(e) If, as the result of Force Majeure, the Consultants are unable to perform a material
portion of the Services for a period of not less than fifteen days (15) days; or
(f) If the Owner, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
2.8.2. Cessation of Rights and Obligations:
Upon termination of this Contract pursuant to Clauses 2.9.1 hereof, or upon expiration of
this Contract pursuant to Clause 2.3 hereof, all rights and obligations of the Parties
hereunder shall cease, except
(a) Such rights and obligations as may have accrued on the date of termination or
expiration,
(b) The obligation of confidentiality set forth in clause 3.2 hereof,
(c) Any right which a Party may have under the applicable law
2.8.3 Cessation of Services:
Upon termination of this Contract by notice to pursuant to Clauses 2.9 hereof, the
Consultants shall, immediately upon dispatch or receipt of such notice, take all necessary
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 66 of 83
steps to bring the Services to a close in a prompt and orderly manner and shall make every
reasonable effort to keep expenditures for this purpose to a minimum.
2.8.4 Payment Upon Termination:
Upon termination of this Contract pursuant to Clauses 2.9 hereof, the 'Owner shall
make the following payments to the Consultants:
(a) Remuneration pursuant to Clause 6 hereof for Services satisfactorily performed
prior to the effective date of termination:
(b) Reimbursable expenditures pursuant to Clause 6 hereof for expenditures actually
incurred prior to the effective date of termination; and
(c) Except in the case of termination pursuant to paragraphs (a) through (d) of Clause
2.9 hereof, reimbursement of any reasonable cost incident to the prompt and
orderly termination of the Contract including the cost of the return travel of the
Consultants' personnel and their eligible dependents
3.0 Obligations of the Consultants
3.1 General
3.1.1 Standard of Performance
The Consultants shall perform the Services and carry out their obligations hereunder with
all due diligence, efficiency and economy, in accordance with generally accepted
techniques and practices used with professional engineering and consulting standards
recognized by professional bodies, and shall observe sound management, and technical
and engineering practices, and employ appropriate advanced technology and safe and
effective equipment, machinery, materials and methods. The Consultants shall always act,
in respect of any matter relating to this Contract or to the Services, as faithful advisers to
the Owner, and shall at all times support and safeguard the Owner's legitimate interests.
3.1.2 Law Governing Services
The Consultants shall perform the Services in accordance with the Applicable Law
prevailing in the State of J&K and shall take all practicable steps to ensure that any Sub-
consultants, as well as the Personnel and agents of the Consultants, comply with the
Applicable Law prevailing in the State of J&K.
3.1.3 Conflict of Interest
The consultant shall hold the Owner's interest paramount, without any consideration for
future work, and strictly avoid conflict with other assignments or their corporate interests.
3.2.1 Consultants not to benefit from Commission, Discounts Etc.
The payment of the Consultant shall constitute the Consultant's only payment in
connection with this Contract or the Services, and the Consultant shall not accept for their
own benefit any trade commission, discount, or similar payment in connection with
activities pursuant to this Contract or to the Services or in the discharge of their
obligations under the Contract, and the Consultant shall use their best efforts to ensure that
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 67 of 83
the Personnel, any Sub- Consultants, and agents of either of them similarly shall not
receive any such additional payment.
3.2.2 Consultants and Affiliates not to be otherwise interested in Project:
The Consultant agrees that, during the term of this Contract and after its termination, the
Consultant and any entity affiliated with the Consultant, as well as any Sub-Consultants
and any entity affiliated with such Sub- Consultants, shall be disqualified from providing
goods, works or services (other than consulting services) resulting from or directly related
to the Consultant's Services for the preparation or implementation of the project.
3.2.3 Prohibition of Conflicting Activities:
The Consultant shall not engage, and shall cause their Personnel not to engage, either
directly or indirectly, in any business or professional activities which would conflict with
the activities assigned to them under this Contract.
3.2.4 Confidentiality:
The Consultants and its Personnel shall not, either during the term or within two (2) years
after the expiration of this Contract, disclose any proprietary or confidential information
relating to the Project, the Services, this Contract or the Owner's business or operations
without the prior written consent of the Owner.
3.3 Insurance to be taken out by the Consultant:
The Consultant (a) shall take out and maintain, and shall cause any Sub- Consultants to
take out and maintain, at their (or the Sub-Consultants', as the case may be) own cost but
on terms and conditions approved by the Owner, insurance against the risks, and for the
coverage, as shall be specified in the SC; and (b) at the Owner's request, shall provide
evidence to the Owner showing that such insurance has been taken out and maintained and
that the current premiums have been paid.
3.4 Liability of the Consultant
The Consultant shall be liable to the Owner for the performance of the Services in
accordance with the provisions of this Contract and for any loss suffered by the Owner as
a result of a fault of the Consultants in such performance.
a. The Consultants shall not be liable for any indirect or consequential loss or damage
caused by or arising out of the act, fault or omission of any person other than the
Consultants
However, this shall not limit the liability of the Consultant in any case of fraud,
deliberate default or misconduct by the Consultant.
b. In the event that the Consultant is in default of his duties in performance of the
services as envisaged in the Contract Agreement, the Consultant shall redo, rectify all
deficits, inadequacies, insufficiencies pointed out by Owner before whom the
report(s) is submitted within a period of 15 days from the date on which such defects,
deficits etc have been communicated to the consultant verbally or in writing as the
case may be.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 68 of 83
3.5 Indemnification of the Owner by the Consultants
The Consultants shall keep the Owner, both during and after the term of this Contract,
fully and effectively indemnified against all losses, damage, injuries, deaths, expenses,
actions, proceedings, demands, costs and claims, including, but not limited to, legal fees
and expenses, suffered by the Owner or any Third Party, where such loss, damage, injury
or death is the result of a wrongful action, negligence or breach of Contract of the
Consultants or their Sub-consultants; or the Personnel or agents of either of them,
including the use or violation of any copyright work or literary property or patented
invention, article or appliance.
3.6 Consultants actions requiring Owner’s prior approval:
The Consultants shall obtain the Owner's prior approval in writing before taking any of the
following actions:
(a) Appointing Personnel to carry out any part of the Services, including the terms and
conditions of such appointment;
(b) Entering into a subcontract for the performance of any part of the Services, it being
understood:
i. That the selection of the Sub-consultant and the terms and conditions of the
subcontract shall have been approved in writing by the Owner prior to the
execution of the subcontract, and
ii. That the Consultants shall remain fully liable for the performance of the
Services by the Sub-consultant and its Personnel pursuant to this Contract;
3.7 Reporting Obligations:
The Consultants shall submit to the Owner the reports and documents specified in
Appendix A hereto, in the form, in the numbers and within the time periods set forth in
the said Appendix, including any supporting data required by the Owner
3.8 Documents Prepared by the consultants to be the property of the Owner
All plans, drawings, specifications, designs, reports and other documents prepared by the
Consultants in performing the Services shall become and remain the property of the
Owner, and the Consultants shall, not later than upon termination or expiration of this
Contract, deliver all such documents to the Owner, together with a detailed inventory
thereof. The Consultants may retain a copy of such documents but shall not use them for
purposes unrelated to this Contract without the prior written approval of the Owner.
4.0 Consultants' personnel
4.1 General
The Consultants shall employ and provide such qualified and experienced Personnel as are
required to carry out the Services
4.2 Description of Personnel
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 69 of 83
(a) The titles, agreed job descriptions, minimum qualifications and estimated periods of
engagement in the carrying out of the Services of each of the Consultants' Personnel
are described in Appendix C.
(b) If required to comply with the provisions of Clause 3.1.1 of this Contract,
adjustments with respect to the estimated periods of engagement of Personnel set
forth in Appendix C may be made by the Consultants by written notice to the
Owner, provided:
i. That such adjustments shall not alter the originally estimated period of
engagement of any individual by more than 10% or one month, whichever is
lesser, and
ii. That the aggregate of such adjustments shall not cause payments under this
Contract to exceed the ceilings set forth in Clause 6.2 of this Contract. Any
other such adjustments shall only be made with the Owner's written approval.
(c) If additional work is required beyond the scope of the Services specified in
Appendix A, the estimated periods of engagement of Personnel set forth in
Appendix C may be increased by agreement in writing between the Owner and the
Consultants, provided that any such increase shall not, except as otherwise agreed,
cause payments under this Contract to exceed the ceilings set forth in Clause 6 of
this Contract.
4.3 Agreed Personnel
The Consultant hereby agrees to engage the personnel and sub-consultants listed by title as
well as by name in Appendix C in order to fulfill his contractual obligations under this
contract.
4.4 Removal and/or Replacement of Personnel
(a) Except as the Owner may otherwise agree, no changes shall be made in the
Personnel. If, for any reason beyond the reasonable control of the Consultants, it
becomes necessary to replace any of the Personnel, the Consultants shall forthwith
provide as a replacement a person of equivalent or better qualifications.
(b) If the Owner
(1) Finds that any of the Personnel has committed serious misconduct or has been
charged with having committed a criminal action, or
(2) Has reasonable cause to be dissatisfied with the performance of any of the
Personnel, then the Consultants shall, at the Owner's written request
specifying the grounds there for, forthwith provide as a replacement a person
with qualifications and experience acceptable to the Owner.
(c) Any of the Personnel provided as a replacement under Clauses (a) and (b) above,
the rate of remuneration applicable to such person as well as any reimbursable
expenditures (including expenditures due to the number of eligible dependents) the
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 70 of 83
Consultants may wish to claim as a result of such replacement, shall be subject to
the prior written approval by the Owner. Except as the Owner may otherwise agree,
(1) The Consultants shall bear all additional travel and other costs arising out of
or incidental to any removal and/or replacement, and
(2) The remuneration to be paid for any of the Personnel provided as a
replacement shall not exceed the remuneration which would have been
payable to the Personnel replaced.
(d). In case of misconduct or inability to perform satisfactorily, of any person of the
Consultant as may be observed by the Owner at any point of time during the
currency of the contract, the Consultant shall immediately remove such person/s
from the assignment and get his replacement at his own cost within a reasonable
period of time, but not later than 30 days from such removal.
5.0 Obligations of the owner:-
5.1 Payment
In consideration of the Services performed by the Consultants under this Contract, the
Owner shall make to the Consultants such payments and in such manner as is provided by
Clause 6 of this contract.
5.2 Services and Facilities
The Consultant shall at his own cost make its arrangements for its accommodation, and
other provision of services. The Owner shall not make available any accommodation or
facility to the Consultant.
6.0 Schedules for Delivery of Services & Payment to the Consultants:
6.1 Schedules for Delivery of Services:
The time schedule and the time duration during which the CONTRACT MANAGEMENT
CONSULTANT shall be obliged to deliver the services shall be as Appendix D.
6.2 Schedule for Consultants Personnel shall be as specified in Appendix C.
6.3 Schedule/ Terms of Payment:
Schedule/ terms of payment shall be as per Appendix B.
6.4 Mode of Payment
• An all inclusive cost of services payable in Indian Rupees is set forth in Appendix B.
• Interim payments to the Consultant, for the consultancy services rendered in accordance
with the scope, the terms and the conditions of the Consultancy Contract, will be made by
the Owner in the following manner:
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 71 of 83
The Consultant shall submit the bills in triplicate to the Owner on Consultants’ printed bill
forms indicating the work done by him during the period for which payment is sought.
The Owner shall cause the payment of the Consultants as per above given in schedule of
payment above within thirty (30) days after the receipt of bills by the Owner with
supporting documents. But if the progress is not satisfactory and according to agreed work
program/schedule the payment may be withheld.
The final payment under this Clause shall be made only after satisfactory completion of
the activities mentioned in the Scope of Services. All payments under this Contract shall
be made to the account of the Consultants with: [NAME OF BANK, A/C No.]
7.0 Fairness and good faith:
7.1 Good Faith:
The Parties undertake to act in good faith with respect to each other's rights under this
Contract and to adopt all reasonable measures to ensure the realization of the objectives of
this Contract.
7.2 Operation of the Contract:
The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby agree
that it is their intention that this Contract shall operate fairly as between them, and without
detriment to the interest of either of them, and that, if during the term of this Contract
either Party believes that this Contract is operating unfairly, the Parties will use their best
efforts to agree on such action as may be necessary to remove the cause or causes of such
unfairness, but no failure to agree on any action pursuant to this Clause shall give rise to a
dispute subject to arbitration in accordance with Clause 8 hereof.
8.0 Settlement of Disputes
a) No dispute or difference arising between the Consultants and the Owner, under or
relating to this Agreement shall be referred to arbitration, unless an attempt has first
been made to settle the same amicably. Amicable settlement will be deemed to have
failed if either party notifies the other, in writing, of the same.
b) Any dispute or difference which may arise between the Parties out of or in
connection with this Agreement which the Parties are unable to settle amicably,
shall be settled by reference to arbitration by three arbitrators. Each party shall
appoint one arbitrator and the third shall be appointed by the two Arbitrators by
mutual consent. Arbitrator(s) can also be appointed by intervention of the Court of
Law.
The Arbitrators nominated by the parties or appointed by the intervention of courts
shall be bound by following terms while arbitrating the dispute:-
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 72 of 83
i. The rules governing the proceedings before the arbitrator(s) shall be those of
the J&K Arbitration and Conciliation Act 1997. as amended from time to
time. Courts of Jammu & Kashmir only shall have Jurisdiction in the matter.
ii. The Arbitrator(s) shall pass a speaking award with reference to each item of
claim/dispute.
iii. The Arbitrator(s) shall pass an award strictly as per the terms and conditions
of the contract. Any award contrary to the terms and conditions of Agreement
shall be void and not enforceable.
iv. The Arbitrator (s) shall not award pre-reference, pendentilite or future interest
on any claim awarded in favour of any party.
v.The venue of Arbitration shall be in the State of Jammu and Kashmir
c) Each party shall bear its own expenses with respect to any arbitration. The cost of
the arbitration shall be borne in such a manner as may be specified in the award of
the arbitrators.
d) Neither party shall be entitled to suspend such work to which dispute relates and
payments if any shall be continued to be made in terms of the contract during the
pendency of the arbitration proceedings.
e) The language of the arbitration proceedings and of all documents and
communications between the Parties shall be English.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.
FOR AND ON BEHALF OF (OWNER) WITNESS:
BY____________________ 1.
AUTHORISED REPRESENTATIVE
2.
FOR AND ON BEHALF OF (CONSULTANTS) WITNESS:
BY_____________________ 1.
AUTHORISED REPRESENTATIVE
2.
List of Appendices to Form Part of the Contract
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 73 of 83
1. APPENDIX A:- Scope of the Contract Management Services Contract-detailed
descriptions of the Services to be provided.
2. APPENDIX B:- Terms of payment
3. APPENDIX C:- Details of Consultant’s personnel and the periods for deployment, cost
of services to be provided under the contract
4. APPENDIX D: Time schedule for deliverables under the contract.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 74 of 83
ANNEXURE - X
FORMAT OF CONTRACT PERFORMANCE GUARANTEE
(To be on non-judicial stamp paper of appropriate value as per stamp Act relevant to place of
execution. Foreign entities submitting bids are required to follow the applicable law in the
country.
In consideration of the proposal [INSERT THE NAME OF BIDDER] agreeing to undertake the
obligations for Comprehensive Contract Management Services for implementation of 93MW
New Ganderbal HEP in district Ganderbal, J&K State, the [Name of the Bank], herein after
referred to as the “Guarantor Bank” hereby agrees to unequivocally, irrecoverably and
unconditionally to pay to Managing Director JKSPDC, Hotel Shaw Inn, Boulevard, Srinagar -
190001, forth with on demand in writing from Managing Director JKSPDC, Hotel Shaw Inn,
Boulevard, Srinagar - 190001, or any other officer authorized by him any amount up to and not
exceeding Rs.----------------------- [INSERT THE AMOUNT OF BANK GUARANTEE] on
behalf of M/S ----------------------[INSERT NAME OF SELECTED BIDDER]
The guarantee shall be valid and binding on this Bank up to [MENTION DATE] and including --
------------- plus 28 days and shall not be terminable by notice or any change in the constitution
of the bank or the term of contract or by any other reasons whatsoever and our liability hereunder
shall not be impaired or discharged by any extension of time or variations or alterations made,
given, or agreed with or without our knowledge or consent, by or between parties to the
respective agreement.
Our liability under this Guarantee is restricted to Rs. [MENTION AMOUNT IN FIGURES AND
WORDS]. Our guarantee shall remain in force until [MENTION DATE]. The Managing
Director JKSPDC, shall be entitled to invoke this Guarantee till [MENTION DATE] plus 28
days.
The guarantor bank hereby agrees and acknowledges that the Managing Director JKSPDC, shall
have right to invoke this BANK GUARANTEE in part or in full, as it may deem fit.
The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to the
written demand by the Managing Director JKSPDC, made in any format, raised at the above
mentioned address of the Guarantor Bank, in order to make the said payment to the Managing
Director JKSPDC, Hotel Shaw Inn, Boulevard, Srinagar - 190001.
The Guarantor Bank shall make payment here in under on first demand without restriction or
condition and notwithstanding any objection by Managing Director JKSPDC, / Authorized
Representative and [INSERT NAME OF SELECTED BIDDER] and / or any other person. The
Guarantor bank shall not require the Managing Director JKSPDC, to justify the invocation of
this BANK GUARANTEE, nor shall the Guarantor Bank have any recourse against the
Managing Director JKSPDC, in respect of any payment made here under.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 75 of 83
This BANK GUARANTEE shall be interpreted in accordance with the laws of India as
applicable in J & K State.
The Guarantor Bank represents that this BANK GUARANTEE has been established in such
form and with such content that it is fully enforceable in accordance with its terms as against the
Guarantor Bank in the manner provided herein.
This BANK GUARANTEE shall not be affected in any manner by reason of merger,
amalgamation, restructuring or any other change in the constitution of the Guarantor Bank.
This BANK GUARANTEE shall be primary obligation of the Guarantor Bank and accordingly
the Managing Director JKSPDC, shall not be obliged before enforcing this BANK
GUARANTEE to take any action in any court or Arbitral proceedings against the [NAME OF
THE SELECTED BIDDER], to stake any claim against or any demand on the [NAME OF THE
SELECTED BIDDER] or to give any notice to the [SELECTED BIDDER] or to enforce any
security held by the Managing Director JKSPDC, or to exercise, levy or enforce any distress,
diligence or other process against [SELECTED BIDDER].
The Guarantor Bank acknowledges that this BANK GUARANTEE is not personal to the
Managing Director JKSPDC, and may be assigned, in whole or in part, (Whether absolutely or
by way of security) by Managing Director JKSPDC to any entity to whom the Managing
Director JKSPDC, Hotel Shaw Inn, Boulevard, Srinagar – 190001 is entitled to assign its rights
and obligations.
Notwithstanding anything contained hereinabove, our liability under this Guarantee is restricted
to Rs. [MENTION AMOUNT OF BANK GUARANTEE IN FIGURES AND WORDS] and it
shall remain in force until [MENTION DATE] plus 28 days. We are liable to pay the guaranteed
amount or any other part thereof under this Bank Guarantee only if the Managing Director
JKSPDC, serves upon us a written claim or demand.
Signature __________________
Name ____________________
Power of Attorney No. ______________________
For
__________________ [Insert name of the bank] ________
Banker’s stamp and Full Address
Dated this __________ day of ______________, 2012.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 76 of 83
ANNEXURE - XI
FORMAT OF ADVANCE PAYMENT GUARANTEE
(To be on non-judicial stamp paper of appropriate value as per stamp Act relevant to place of
execution. Foreign entities submitting bids are required to follow the applicable law in the
country.
WHEREAS under the Clause (Insert Clause Reference) of the Contract dated between
Jammu & Kashmir State Power Development Corporation Ltd (hereinafter referred to as the
Beneficiary) and (Insert Name of the successful bidder), (hereinafter referred to as the
Applicant), for Comprehensive Contract Management Services for implementation of 93MW
New Ganderbal HEP in district Ganderbal, J&K State, an interest bearing advance payment
equal to 10% (ten per cent) of the Contract price is payable in advance to the Applicant against a
Bank Guarantee.
We, (______________________________ Bank) (hereinafter referred to as the ”Bank”) hereby
issue in favour of the Beneficiary an irrevocable Advance Payment Guarantee (hereinafter
referred to as the ”Guarantee”) on behalf of the Applicant in the amount of INR in
exchange for a contractual advance in the amount of INR (hereinafter referred to as the
”Advance”), such Advance to be paid by the Beneficiary to the Applicant in accordance with the
terms and conditions of the Contract.
This Guarantee shall be automatically reduced upon presentation by the Applicant to the Bank of
a copy of one or more invoices submitted by the Applicant to the Beneficiary showing the
amount claimed, less a sum deducted as reimbursement of the Advance (such sum representing
the amount by which this Guarantee shall be reduced), leaving a net amount payable, and a copy
of a proof of payment of this (these) invoice(s).
The Applicant could replace the above-mentioned documents by a certificate issued by the
Beneficiary stating the amount of the reduction applicable to this Guarantee.
The Bank hereby agrees to unequivocally, irrecoverably and unconditionally to pay to Managing
Director of the Beneficiary, forthwith on demand in writing from Managing Director of the
Beneficiary, or any other officer authorized by him any amount up to and not exceeding Rs.------
----------------- [insert the amount of bank guarantee] on behalf of M/S ----------------------[insert
name of selected bidder]
The Guarantee shall be valid and binding on this Bank up to [MENTION DATE] and including -
-------------- plus one month and shall not be terminable by notice or any change in the
constitution of the bank or the term of contract or by any other reasons whatsoever and our
liability hereunder shall not be impaired or discharged by any extension of time or variations or
alterations made, given, or agreed with or without our knowledge or consent, by or between
parties to the respective agreement.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 77 of 83
Our liability under this Guarantee is restricted to Rs. [MENTION AMOUNT IN FIGURES AND
WORDS]. Our Guarantee shall remain in force until [MENTION DATE]. The Managing
Director of the Beneficiary shall be entitled to invoke this Guarantee till [MENTION DATE].
The Bank hereby agrees and acknowledges that the Managing Director of the Beneficiary, shall
have right to invoke this Guarantee in part or in full, as it may deem fit.
The Bank hereby expressly agrees that it shall not require any proof in addition to the written
demand by the Managing Director of the Beneficiary, made in any format, raised at the above
mentioned address of the Bank, in order to make the said payment to the Managing Director of
the Beneficiary.
The Bank shall make payment here in under on first demand without restriction or condition and
notwithstanding any objection by Managing Director of the Beneficiary / Authorized
Representative and [INSERT NAME OF SELECTED BIDDER] and / or any other person. The
Bank shall not require the Managing Director of the Beneficiary, to justify the invocation of this
Bank, nor shall the Guarantor have any recourse against the Managing Director of the
Beneficiary, in respect of any payment made here under.
This Bank shall be interpreted in accordance with the laws of India as applicable in J & K State.
The Bank represents that this Guarantee has been established in such form and with such content
that it is fully enforceable in accordance with its terms as against the Bank in the manner
provided herein.
This Guarantee shall not be affected in any manner by reason of merger, amalgamation,
restructuring or any other change in the constitution of the Guarantor Bank.
This Guarantee shall be primary obligation of the Bank and accordingly the Managing Director
of the Beneficiary, shall not be obliged before enforcing this Guarantee to take any action in any
court or Arbitral proceedings against the [NAME OF THE SELECTED BIDDER], to stake any
claim against or any demand on the [NAME OF THE SELECTED BIDDER] or to give any
notice to the [SELECTED BIDDER] or to enforce any security held by the Managing Director
JKSPDC, or to exercise, levy or enforce any distress, diligence or other process against
[SELECTED BIDDER].
The Bank acknowledges that this Guarantee is not personal to the Managing Director of the
Beneficiary, and may be assigned, in whole or in part, (Whether absolutely or by way of
security) by Managing Director of the Beneficiary to any entity to whom the Managing Director
of the Beneficiary, is entitled to assign its rights and obligations.
Notwithstanding anything contained hereinabove, our liability under this Guarantee is restricted
to Rs. [MENTION AMOUNT OF Guarantee IN FIGURES AND WORDS] and it shall remain
in force until [MENTION DATE] plus one month. We are liable to pay the guaranteed amount
or any other part thereof under this Guarantee only if the Managing Director of the Beneficiary,
serves upon us a written claim or demand.
Signature __________________
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 78 of 83
Name ____________________
Power of Attorney No. ______________________
For
__________________ [Insert name of the bank] ________
Banker’s stamp and Full Address
Dated this __________ day of ______________, 2012.
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 79 of 83
Annexure - XII
Salient features of the 93 (3 X 31)MW Gangerbal HEP
Location State Jammu & Kashmir
District Ganderbal
River/Tributary Jhelum River/Sind Nallah
Diversion Barrage 340
16’ 21.29” N , 740
52’ 27.23” E
Power House Site 340
13’ 15.50” N , 740
46’ 46.98” E
Hydrology
Catchment Area At Intake Site 1352 km2
Snow Catchment 208 km2
Design Discharge 72.38 m3/s
Design Flood (SPF) 2600 m3/s
Diversion Flood 225 m3/s
Diversion Structure Type Barrage
No. of Bays 7 bays
Length of Barrage 72.03 m
Maximum Height From RBL 11 m
Top EL. Of Barrage EL 1750 m
Average River Bed Level EL 1739 m
FPL EL 1746 m
DSL EL 1742 m
Pondage 0.29 Mm3
Crest level for spillway bays EL 1739.5 m
Crest level of undersluice bays EL 1736.5 m
Silt Excluder No. and size 3nos. RCC tunnels (2m X 2.5m
each) located in the under sluice bay nearest to
intake structure
Discharge capacity 18 m3/s
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 80 of 83
Flushing velocity > 3 m/s
Inlet Structure of Desilting Basin
Design Discharge 109 m3/s
Waterway 7 bays of 7 m width each (including 1 bay for
irrigation duct)
Crest Level EL 1741.0 m
Dead Storage Level EL 1742 m
Regulator for irrigation duct Size & Type RCC duct of internal size 5.8 m
X 2.5 m
Designed discharge 15 m3/s
Length of duct 185 m
Crest level EL 1741 m
Crest length 7 m
De-silting Basin
Type Twin chamber hopper type surface desilting
basin abutting the barrage
No. of Basins 2
Size of Basins 70 m (L) X 34 m (W) X 7 m (H)
Minimum size of particles to be removed 0.2 mm
Settling velocity 2.3 cm/s
Inflow to the desilting basin 94 m3/s
Outflow from desilting basin 78.38 m3/s
Silt flushing arrangement RCC ducts discharging downstream of
under sluice
Head Race Tunnel No. 1
Size & Shape 5. 5 m wide, Horse Shoe Shaped
Length 10.99 km
Design Discharge 78.38 m3/s
Velocity of nominal discharge 3.13 m/s
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 81 of 83
Slope 1 in 1200 from intake to water supply. Tunnel
branch:- 1 in 113 from water supply tunnel to
surge shaft
Thickness of liner 300 mm
Adits to HRT
Adit-1 at RD 4446 m
Type & Size D-shaped, 6 m dia
Length 1728 m
Adit-2 cum Water Supply Tunnel at RD 8945
m
Type & Size D-shaped, 6 m dia
Length 739 m
Surge Shaft
Type
Underground restricted orifice Diameter 20 m Height 58 m
Top elevation EL 1770.00 m
Bottom elevation EL 1712.90 m
Maximum upsurge level EL 1763.81 m
Minimum downsurge level EL 1717.90 m
Orifice diameter 2.50 m
Valve House
Type Surface
Size of valve house 10 m X 36 m
Type and no. of valves Double sealed butterfly, 3 no
Size of valves 1.9 m
Pressure Shaft
Type Steel lined circular-underground
Size 4.3 m diameter
Length 88 m upto trifurcation,22 m after trifurcation to
surge shaft
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 82 of 83
Design discharge 72.38 m3/s
Surface penstocks 3 no. & 2.5 m dia
No. and size
Length 265 m
Power House
Location Near Ganderbal
Type Surface
Installed Capacity 93 MW
No. And Capacity of Unit 3 X 31 MW
Size of power house 69.65 m (L) X 16.55 m (W) X 32.4 m (H)
Type of Turbine Francis
Speed of Turbine 375 rpm
Gross Head 163.5 m
Normal Tail Water Level EL 1582.5 m
Rated discharge per unit 24.13 m3/s
Net Operating Head For Design
Discharge
142.36 m
Tail Race Pool & Channel
Length of pool 20 m
Max. Tail Water Level EL 1583.4 m
Min. Tail Water Level EL 1581.0 m
Normal Tail Water Level EL 1582.5 m
Shape of channel Trapezoidal
Size 17 m (top W) X 4.5 m (H)
Length 1407 m
Transmission Line
No. Of Circuits Double
Comprehensive Contract Management Services 93 (3 X 31) MW New Ganderbal HEP
Jammu & Kashmir State Power Development Corporation Page 83 of 83
Length Of each 4 km
Voltage 132 kV
Power Generation
Installed Capacity 93 MW
Design Energy 382.48 Gwh
Plant Load factor 47.8 %
Estimated Cost Rs. 861.99 Crore